Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2010 FBO #3081
SOLICITATION NOTICE

W -- HVAC and Generator Rental

Notice Date
4/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN10T0023
 
Response Due
5/10/2010
 
Archive Date
7/9/2010
 
Point of Contact
Ryan Leonard, 904-823-0566
 
E-Mail Address
USPFO for Florida
(ryan.leonard@fl.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued under Request for Quotation (RFQ) number W911YN-10-T-0023. All quotes shall reference the RFQ number and shall be submitted by 2:00 P.M. Eastern Standard Time on 10 May 2010. The anticipated award date is 11 May 2010. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 2005-39 dated 19 Mar 2010. This acquisition is unrestricted. The North American Industry Classification system code (NAICS) 532490 size standard of $7.0M. Each CLIN should be priced as a total. Example the price for CLIN 0001 should contain the total price to provide all the HVAC units, not the price of one HVAC unit. Contract line item numbers and quantities: CLIN 0001 HVAC Units. HVAC units utilized to cool 2000 square foot barracks at Camp Blanding, FL. Units shall cool the building between 63-75 degrees Fahrenheit, 24 hours a day for 90 days. A total of 8 HVAC units are required to cool 8 separate barracks all located within a quarter mile radius. A/C units shall be at least 25 ton units. CLIN 0002 Generators. We require a minimum of 56 kw generators to power items in CLIN 0001 for 24 hours a day over a 90 day period. CLIN 0003 Cables and Ducts. Provide all banded cabling and ducts required to power the generators and HVAC units along with providing are flow into the barracks. CLIN 0004 Freight. Transportation costs from vendor storage location to Camp Blanding, FL and back to vendor storage location. CLIN 0005 Installation and Teardown. Price will include equipment fees, installation of all equipment contracted at the applicable barracks along with the teardown of equipment at the completion of requirement on 15 August 2010. If there are any rental protection fees or environmental fees, please account for them in this CLIN. A breakdown of the cost for the each of these fees is required. CLIN 0006 Forklift rental. Price will cover the cost of renting a forklift for the load in and load out period of this requirement. The period of performance for this requirement is 15 May 2010 through 15 August 2010. The Government will provide fuel to keep the generators operational during the entire period. The Government will ensure that the fuel is topped off prior to removal on 15 August 2010. All barracks are open-bay style. Contact information for your project manager shall be provided in the quote. The awardee shall utilize this individual to address any issues with any equipment provided under this requirement as quickly as possible. Contractor is authorized to submit an invoice after completion of each 30 day period. The following provisions apply to this solicitation. FAR 52.212-1 Instructions to Offerors, Commercial. FAR 52.212-2 Evaluation Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Price. We intend to utilize the offeror with the lowest price technically acceptable. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government intends to evaluate quotes and award one contract without discussions with Offerors. Therefore, the Offerors initial quote should contain the Offerors best terms from a price standpoint. The Government reserves the right to conduct discussions, if the Contracting Officer later determines them to be necessary. Any explanation desired by an offeror regarding the meaning or interpretation of the synopsis/solicitation, etc., must be requested in writing. A cut-off date for receiving questions concerning this combined synopsis/solicitation has been established as 7 May 2010 at 2:00 p.m. Eastern Standard Time. Because of the tight time constraints involved in this requirement, questions will not be addressed after that date. We require that the HVAC units and Generators be in place by 5:00pm Eastern Standard Time, 15 May 2010. The time limits for this requirement will not be extended. The Contracting Officer reserves the right to address questions received after the cutoff date. Offerors are strongly encouraged to submit questions early in this process. A questions and answer document will be posted on FedBizOpps. Any interpretations made will be in the form of an amendment of the solicitation and will be posted on FedBizOpps. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Submit questions by email to the contracting office at the addresses shown below: USPFO for Florida Purchasing and Contract Subject Line: Generator and HVAC Support W911YN-10-T-0023 Email: jeff.moore1@us.army.mil and ryan.a.leonard@us.army.mil All information relating to this synopsis/solicitation, including pertinent changes/amendments and information prior to the date set for receipt of quotes, will be posted on the FedBizOpps website. An Amendment is very possible so it is crucial to monitor this action on FedBizOpps. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. All combined synopsis/solicitation amendments must be acknowledged in accordance with FAR Clause 52.212-1 Instructions to Offerors, Commercial. A repository is provided for hand carried quotes and is located at USPFO for Florida, Purchasing and Contracting section, 189 Marine Street, St. Augustine, Florida 32085. Hand carried quotes must be delivered to the repository prior to the time established for receipt of quotes. This synopsis/solicitation does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent quote or for other costs incurred prior to award of a formal contract. Offerors are cautioned to strictly comply with all instructions within this synopsis/solicitation to ensure submission of a complete quote. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government; and be eliminated from consideration for award. Each offerors quote shall be submitted as set forth below and all information shall be confined to the appropriate part to facilitate evaluation. Quotes which do not follow these guidelines or which do not include the requested minimum information may be eliminated from further consideration for award. Offeror shall submit one copy of their quote via email (jeff.moore1@us.army.mil and ryan.a.leonard@us.army.mil) as the preferred method. We will also accept a hand carried quote or a mailed quote if desired. Please do not fax quotes in, they will not be accepted. The electronic file shall be in a Microsoft office format. The cover page will clearly identify the offerors name, synopsis/solicitation number, and title. All quotes shall be prepared on standard 8.5 x 11 inch paper and shall be in a legible font size (11 minimum). All pages of each quote shall be appropriately numbered. Each page shall have no less than a one-inch margin at the top, the bottom, and on each side. Page numbers, notations of proprietary information, and any other identifying information printed on each page are excluded from the margin requirement. Late quotes will not be considered. Price. A complete quote shall contain the following: Executive Summary - Identification of the quote POC, address, phone number, Cage Code, DUNS Number and Tax Identification Number TIN. Pricing for all CLINs. Quotes that do not contain complete pricing information for all CLINs will not be considered or evaluated as the Government intends to do one award for this synopsis/solicitation. One award will be made to the qualified offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all the synopsis/solicitation requirements and is judged to represent the Best Value to the Government. To arrive at a Best Value decision this acquisition will utilize the FAR Part 13.106-2 evaluation of quotations or offers. Price Evaluation: The price quote shall initially be reviewed for compliance with the synopsis/solicitation. The purpose of the Price evaluation is to provide an assessment of the reasonableness and realism of the proposed price/cost in relation to the solicitation requirements. Quotes will be evaluated in the following manner: Reasonableness will be determined IAW FAR 13.106-3. A Total Evaluated Price (TEP) will be calculated for evaluation purposes only. The Total Evaluated Price will be formulated as follows: For CLIN 0001- CLIN 0006 the Contracting Officer shall add the total prices together to develop the TEP. Offerors are cautioned against submitting a quote that contains unbalanced pricing. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more schedule items is significantly overstated or understated as indicated by the application of analysis techniques. The Government may determine that a quote is unacceptable if the prices are significantly unbalanced. The following clauses are incorporated into this requirement: FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx), 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders with the following clauses incorporated 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.203-6 Alt. I Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns (DEVIATION), 52.219-28 Post-Award Small Business Program Representations, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans Veterans of the Vietnam Era and Other Eligible Veterans, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration. Additional FAR clauses are applicable to this acquisition. 52.202-1 Definitions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.212-1 Instructions to Offerors Commercial Items by reference, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.228-5 Insurance Work on a Government Installation, 52.237-2 Protection of Government Buildings Equipment and Vegetation. Additional DFAR clauses are applicable to this acquisition: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alternate A Central Contractor Registration, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications--Commercial Items, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses incorporated, 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7012 Preference for Certain Domestic Commodities, 252.232.7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002 Requests for Equitable Adjustment, 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications. The following additional clauses and provisions are added in full text: 52.233-2 Service of Protest (a) Protests, as defined in section31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Office of Chief Counsel Attn: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1 Suite 11300 Arlington, Virginia 22202-3231 FAX 703-607-3684 or 3682 The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Only written protests will be considered. No protest may be filed by electronic mail. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hill.af.mil All information relating to this solicitation, changes/amendments, questions and answers will be posted on FedBizOps. Sign and date your quote, then submit to: Florida Army National Guard Purchasing and Contracting ATTN: CPT Ryan Leonard P.O. Box 1008 St. Augustine, Florida, 32085
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN10T0023/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN02137359-W 20100502/100430235511-95b97c6292040af7872499b4af2d3966 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.