Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2010 FBO #3120
SOLICITATION NOTICE

41 -- RUUD HVAC

Notice Date
6/8/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-10-T-0029
 
Archive Date
7/3/2010
 
Point of Contact
Tonya Modlin, Phone: 910-432-6637, Umetria Thomas, Phone: 910-432-8598
 
E-Mail Address
modlint@soc.mil, umetria.thomas@soc.mil
(modlint@soc.mil, umetria.thomas@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis/Solicitation: The US Army Special Operations Command (USASOC), has a requirement for Brand Name or Equal Ruud, Five Ton HVAC to be delivered and installed at Fort Bragg, North Carolina. This is a combined synopsis/solicitation H92239-10-T-0029 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. Quotes are being requested and a separate solicitation will not be issued. This RFQ is issued as set aside for small business under NAICS 238220, size standard $14 million and will resulting in one contract award. This Request for Quotes (RFQ) is issued using Simplified Acquisition Procedures pursuant to FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, effective 10 December 2009. This requirement is as follows: ITEM DESCRIPTION: BRAND NAME OR EQUAL: HVAC - Heating, Ventilation, Air Condition Unit - 5 Ton -Industry Standard: R-410A - Series: 14 Seer - Size: 60" x 105" - Features: QPM - A 036 K 010, Two Gauge Ports, 3/4" Drain Trap, Scroll Compressor 100%, Closed-Cell Insulation, BTU 60,000, Maintenance: Compressor 10 years warranty Parts: 10 years warranty Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Ruud HVAC - 5 TON 3 Each FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 IUID 3 EACH FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 SETUP 3 EACH FFP ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 DELIVERY 3 EACH FFP DELIVERY INFORMATION 16-JUL-2010 TO USAJFKSWC, C CO SPT BN, WAREHOUSE, FORT BRAGG, NC CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.222-26 Equal Opportunity MAR 2007 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE JUL 2003 52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-23 Alt I Assignment of Claims (Jan 1986) Alternate I APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.253-1 Computer Generated Forms JAN 1991 252.204-7008 Export-Controlled Items APR 2010 252.211-7003 Item Identification And Valuation AUG 2008 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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 factors shall be used to evaluate offers: LOWEST PRICE TECHNICALLY ACCEPTABLE. Technically acceptable is submitting supporting documentation as described in "Instructions to the Offeror." Past performance is a measure to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government may contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. Offerors shall provide Name of Company, Contract Number, Dollar Value, Contact Name, Phone Number, and Email Address for similar supplies delivered during the previous three (3) years, (See Section J). INSTRUCTIONS TO THE OFFEROR Items called for by this request for quotation have been identified in the schedule by a "BRAND NAME OR EQUAL" description. Such identification is intended to be descriptive but not restrictive and is to indicate the quality and characteristics of products that will be satisfactory. Quotations offering "equal" products will be considered for award if such products are clearly identified and are determined by the Government to fully meet the salient characteristics and requirements listed in the solicitation. To ensure that sufficient information is available for technical evaluation, the offeror shall furnish descriptive material (technical information, brochures, drawings, or other information) necessary for the purchasing activity to determine whether the product offered meet the salient characteristics of the requirement. Offerors not providing technical information may be excluded from competition. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.farsite.hill.af.mil (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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(es): www.farsite.hill.af.mil (End of clause) 5652.201-9002 Authorized Changes Only by Contracting Officer (2005) The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is Ms Umetria Thomas - umetria.thomas@soc.mil (end of clause) 5652.204-9002 Instructions for the Use of Electronic Contracts (2007) Section I In accordance with DoD policy, this solicitation and the resulting contract will be executed and documented through electronic means. As a result, the use of the terms "documented," "copy," "printed," "in writing," or "written" within this document shall refer to all electronically transmitted documents that will become part of the electronic contract file and an official government record. Any reference to official signatures and signed documents shall refer to electronic signatures. Whenever an electronic signature is used it shall have the full force and effect as a handwritten signature. SHIPPING AND RECEIVING INSTRUCTIONS (JUN 2009) MARKING: Contractors shall ensure that the contract number is clearly marked on the exterior of all shipping cartons/containers. This will assist in timely receipt of and payment for the supplies accepted. The purchase/delivery order number can be located in blocks 1 and 2 of the DD Form 1155 and block 2 of the SF 1449. It also appears at the top of each subsequent page. If drop shipping procedures are used, please ensure that your shipper complies with these instructions. Cartons without identification may be returned "freight collect". SHIPPING: The purchase/delivery order provides the only approved ship to/delivery address(es). Do not redirect shipments to locations other than those specified in the order. To do so may delay acceptance of and payment for the items shipped. Additional costs for shipment to addresses other than those specified on the order will not be paid unless the ship to/delivery address has been changed by a modification to the order signed by a contracting officer. INVOICING PROCEDURES: ELECTRONIC INVOICING: Except as provided in paragraph (c) of DFARS Clause 252.232-7003, Electronic Submission of Payment Requests (Mar 2007), the Contractor shall submit payment requests through Wide Area Work Flow (WAWF) utilizing the Invoice and Receiving Report (Combo) method. The COMBO method is designed to generate a notification to the receiver that an invoice has been submitted and requires a receiving report. Utilization of this feature is expected to minimize delays in the payment process. Contractors shall register to use WAWF and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. Information regarding WAWF is available on the Internet at the following addresses: WAWF General Information and Registration - https://wawf.eb.mil WAWF Training Database (great place to practice using WAWF) - https://wawftraining.eb.mil WAWF On-line Training Course (great place to begin learning WAWF) - www.wawftraining.com DFAS Electronic Commerce End Users Tool Box (register for classroom training and obtain user guides) http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox.html ALTERNATE METHOD: In the event WAWF is not available, invoices may also be submitted via fax to: DFAS - Rome, FAX# 877-575-3332. This method is to be used by exception only. TO ACCESS PAYMENT STATUS ELECTRONICALLY: https://myinvoice.csd.disa.mil//index.html FOR ADDITIONAL INFORMATION REGARDING THE VENDOR PAY INQUIRY SYSTEM: http://www.dod.mil/dfas/contractorpay/vedorpayinquiresystemvpis.html CUSTOMER SERVICE inquiries may be made to: 1-800-553-0527 DFAS: Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Office as designated in this contract. Please have your purchase order/contract number ready when calling about payments. You can also access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Unique Identification IUID of items is accomplished by marking each qualifying item with a permanent 2-dimensional data matrix. The data matrix is encoded with the data elements necessary to construct a Unique Item Identifier (UII) which is globally unique and unambiguous. The data elements required to form a UII include the manufacturer's identification (i.e. cage code) and the item's serial number. If the manufacturer serializes within part number, that data element will also be encoded. Because the data matrix is machine-readable, IUID marking greatly reduces human error and improves the accuracy of inventory and acquisition records. UIIs are stored in comprehensive IUID Registry, which allows easy access to information such as acquisition cost and life-cycle data. The IUID Registry is maintained by the Defense Logistics Information Service (DLIS). Every IUID delivery includes the required data elements describing the end item and the "pedigree" of embedded items. This data is captured during the acceptance process via the Wide Area Workflow (WAWF) application, or after acceptance via direct data submission. Items marked with IUIDs accelerate the receipt and acceptance process, allowing DoD to submit payment to its vendors in a timely fashion, thereby saving on late charges. SECTION J - ATTACHMENT References # 1 Name Company: Contract #: Start / End Date: Value $: Contact Name: Phone: Email Address: References # 2 Name Company: Contract #: Start / End Date: Value $: Contact Name: Phone: Email Address: References # 3 Name Company: Contract #: Start / End Date: Value $: Contact Name: Phone: Email Address:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-10-T-0029/listing.html)
 
Place of Performance
Address: Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02171190-W 20100610/100608234923-76083a6d6e848d2e0eebd49578a195b7 (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.