Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2010 FBO #3149
SOLICITATION NOTICE

20 -- OEM AC UNITS - ARMORY A/C UNITS - MARC CLIMATIC CONTROL OILERS CLASS BUY

Notice Date
7/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
 
ZIP Code
23511
 
Solicitation Number
N40442-10-T-7145
 
Archive Date
7/29/2011
 
Point of Contact
Lisa Alston-Howard, Phone: 757-443-5915
 
E-Mail Address
lisa.alston-howard@navy.mil
(lisa.alston-howard@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are not being requested and a written solicitation will not be issued. The solicitation number is N40442-T-7145, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-12. NAICS 333415 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a sole source firm fixed price purchase order to MARC CLIMATE CONTROLS, INC, PO BOX 218309, HOUSTON, TX 77218 for the following CLASS BUY REQUIREMENT FOR 12 EXPLOSIVE PROOF SAFETY AIR CONDITIONING UNITS to be installed within the T-AO Class Armory where High Explosive and Heat T-ALT Sensitive Devices will be stored. (End Item Application: Armory Air Condition) (MFR: MARC CLIMATIC CONTROLS) UNITS MUST BE IN ACCORDANCE WITH ABS AND NAVSEA STANDARDS. CLIN 0001: Part # CLSX018-216-C1 & AAUX018-216-C1, A/C UNIT 1.5 TON SPLIT SYS, USE IN A CLASS I, DIVISION 1, GROUPS C, & D HAZARDOUS LOCATION - CONDENSOR & AIR HANDLER, 12 EACH. 1.5 ton split system for use in a Class I, Division 1, Groups C, & D hazardous (classified) locations to be composed of the following: Air cooled condensing unit to include: - Model: CLSX018-216-C1 - Capacity: 17,800 cool only. - Voltage: 230/208-1-60 Hz - Spark proof fan blade. - Fully hermetic compressor. - Urethane coating on all uninsulated cabinet surfaces. - Urethane coating on condenser coil, compressor and all tubing. Air handling unit to include: - Model: AAUX018-216-C1 - Capacity: 17,800 BTUH - Voltage: 208/230-1-60 Hz - Spark proof blower wheel. - Urethane coating on all uninsulated cabinet surfaces. - Urethane coating on evaporator coil and all tubing. - Thermostat (Shipped loose) for customer wall mounting. Quote should include the following: Unit price and extended price for each part, Shipping Charges (if applicable) FOB Destination, delivery time-frame and Grand Total. The delivery address is zip code is Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Central Contractor Registration; 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government, 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity; Special Disabled 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 of the Vietnam Era, and Eligible Veterans 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7000 Offeror Representations and Certifications--Commercial Items. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; 252.212-7000 Offeror Representations and Certifications--Commercial Items. Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.225-7012 Preference for Certain Domestic Commodities 252.225-7014 Preference for Domestic Specialty Metals (Deviation) 252.232-7003 Electronic Submission of Payment Requests; and The following additional clauses apply: 52.203-3 Gratuities 252.247-7024 Notification of Transportation of Supplies by Sea. 52.247-34 F.B.O. Destination 252.204-7004 Central Contractor Registration (52.204-7) Alternate A 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.211-7003 Item Identification and Valuation 252.225-7014 Preference for Domestic Specialty Metals Alternative I (Deviation) 252.232-7010 Levies on Contract Payment 252.243-7002 Requests for Equitable Adjustment. 252.246-7003 Notification of Potential Safety issues 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program 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): http://www.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/dfars.html 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 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 Military Sealift Fleet Support Command Attention: Deidre Fisher 471 "C" Street, Building SP 64 Norfolk, Va 23511 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Addendum to 52.233-2 SERVICE OF PROTEST Interested parties may request an independent review of their protest as an alternative to consideration by the contracting officer or as an appeal of the contracting officer's decision on their protest. See FAR 33.103. Requests for independent review shall be addressed to Code N10 or N10X, Military Sealift Command, 914 Charles Morris Ct SE, Washington Navy Yard, DC 20398-5540. MSFSC encourages potential protesters to discuss their concerns with the contracting officer prior to filing a protest. MSFSC INVOICE INSTRUCTIONS Submit Invoices to: Military Sealift Fleet Support Command Accounts Payable, Code N8211 471 C Street Norfolk, VA 23511 Or fax to: 757-443-2941 For questions concerning invoice payments or status, contact accounts pay at 757-443-2928. Notes: 1. A Copy of the purchase order must be submitted with the invoice 2. A bill of lading must be provided with the invoice to substantiate shipping charges, if applicable. 3. Annotate invoice as "FINAL INVOICE", when applicable. TEST PROGRAM FOR COMM ITEMS: Test Programs For Certain Commercial Items: This requirement will be awarded using the procedures under FAR Subpart 13.5, Test Program for Commercial Items of the Clinger-Cohen Act of 1996. The following FAR Part 13 Simplified Acquisition Procedures shall be used: Quotes shall be solicited and a purchase order issued to the successful vendor. FAR Part 13 purchase order procedures shall supersede any contrary procedures set forth or incorporated by reference in this solicitation. EVALUATION -COMMERCIAL ITEMS: The following factor shall be used to evaluate offers: Price. The following numbered notes apply to this requirement: None. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 19 July 2010 @ 4:30pm Eastern Time. Offers can be emailed to lisa.alston-howard@navy.mil or faxed to 757-443-5979 Attn: Lisa Howard-Alston. Reference the solicitation number N40442-10-T-7145 on your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f6b28d8d26384863ec583cc096f8e89a)
 
Place of Performance
Address: NAVAL STATION NORFOLK, NORFOLK, Virginia, 23511, United States
Zip Code: 23511
 
Record
SN02198332-W 20100709/100707235042-f6b28d8d26384863ec583cc096f8e89a (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.