SOLICITATION NOTICE
41 -- Trailer Mounted AC Units
- Notice Date
- 9/14/2010
- 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 Veterans Affairs;Chief, A&MM (90C/NLR);Central Arkansas Veterans HCS;2200 Fort Roots Drive, Bldg 41, Room 200;North Little Rock AR 72114 1706
- ZIP Code
- 00000
- Solicitation Number
- VA25610RQ0667
- Response Due
- 9/24/2010
- Archive Date
- 10/24/2010
- Point of Contact
- Thomas W Yerkey
- E-Mail Address
-
ct
- Small Business Set-Aside
- Veteran-Owned Small Business
- 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. The solicitation number VA-256-10-RQ-0667 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40. This is a 100% Veteran-owned Small Business Set-aside under NAICS code 333415, the small business size standard is 750 employees. The Veteran-owned small business must be verified for ownership and control and listed in the Vendor Information Pages database at the time of submitting its offer, at (http://www.VetBiz.gov). Contract line item numbers are as follows: 0001, Trailer Mounted 25 Ton Air Conditioner, See description for specifications, 2 each, Unit Price $_______ Extended Price $_________ 0002, Trailer Mounted 40 Ton Air Conditioner, See description for specifications, 2 each, Unit Price $_______ Extended Price $_________ 0003, Duct Hose, Electrical Cabling and any miscellaneous parts for 4 Trailers, Price $___________ Note: Identify any additional cost needs in the quote if required i.e. Transportation cost to N. Little Rock Arkansas. Contractor shall furnish all necessary labor, parts, transportation and equipment to provide 2 Trailer Mounted 25 Ton and 2 Trailer mounted 40 Ton Air Conditioner units to the VA in N. Little Rock Arkansas. A description of each unit is as follows: 40 Ton 1)All Components of this A/C system will be mounted on a Double Axle Trailer with Storage boxes to house loose components(i.e. flex duct connectors, Power Cabling) 2)Trailer will contain the following: Heavy Duty Double Axle with at least a 5k pound axle rating with heavy duty trailer tires and two spare tires, mounted to trailer. Trailer Jack will be heavy duty with caster. Trailer will be a lockable Ball pull with hydraulic (Centrifugal) brakes. 3)A/C unit will be a Cooling only 40 ton unit 460VAC 3 Phase with Temperature Controller (Conventional Thermostat) Mounted in a weather proof enclosure with plexi-glass cover on the A/C unit. Thermostat will monitor and maintain an adjustable (by user) return air temperature. A/C units will use R410A Freon and be of Horizontal air flow configuration with adapters to allow connection of 20" flexible duct. 4)A Step up (multi tap) transformer will be trailer mounted to allow unit to hook to 208 VAC 3 phase power. Electrical connections will be cam lock, and there will be 80' of electrical cabling included. Electrical Disconnect switch will be provided and all electrical components will comply with National Electrical Code any applicable DOT requirements. 5)8ea 20' sections of flexible canvas duct will be included and must fit in supplied storage box. 6)Equipment shall be mounted on trailer in such a way to allow easy removal and allow equipment servicing. All manufacturers required clearances shall be maintained. 7)A dual 120VAC ground fault receptacle will be provided. 8)A First Year All inclusive warranty (parts and Labor) and a Second Thru Fifth year compressor warranty will be included. 25 Ton 1)All Components of this A/C system will be mounted on a Double Axle Trailer with Storage boxes to house loose components(i.e. flex duct connectors, Power Cabling) 2)Trailer will contain the following: Heavy Duty Double Axle with at least a 5k pound axle rating with heavy duty trailer tires and two spare tires, mounted to trailer. Trailer Jack will be heavy duty with caster. Trailer will be a lockable Ball pull with hydraulic (Centrifugal) brakes. 3)A/C unit will be a Cooling only 25 ton unit 208VAC 3 Phase with Temperature Controller (Conventional Thermostat) Mounted in a weather proof enclosure with plexi-glass cover on the A/C unit. Thermostat will monitor and maintain an adjustable (by user) return air temperature. A/C units will use R410A Freon and be of Horizontal air flow configuration with adapters to allow connection of 20" flexible duct. 4)A Step down (multi tap) transformer will be trailer mounted to allow unit to hook to 460 VAC 3 phase power. Electrical connections will be cam lock, and there will be 80' of electrical cabling included. Electrical Disconnect switch will be provided and all electrical components will comply with National Electrical Code any applicable DOT requirements. 5)8ea 20' sections of flexible canvas duct will be included and must fit in supplied storage box. 6)Equipment shall be mounted on trailer in such a way to allow easy removal and allow equipment servicing. All manufacturers required clearances shall be maintained. 7)A dual 120VAC ground fault receptacle will be provided. 8)A First Year All inclusive warranty (parts and Labor) and a Second Thru Fifth year compressor warranty will be included. Payments to the Contractor shall be made in arrears, upon receipt of a properly prepared invoice at the office designated to receive the invoice. Payment will only be made for work completed and accepted by the contracting officer's technical representative. The invoice shall include the Purchase Order Number. The invoice billing address is; Dept of Vet Affairs, Financial Service Center (598), P.O. Box 149971, Austin TX, 78714 The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. ADDENDUM to FAR 52.212-1 Instructions to Offerors --- Commercial Items - Sub-Part 13.5 Test Program. This procurement is being conducted under the Subpart 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 or 15 of the FAR or some combination thereof. A single award will result from this request for quotation. IMPORTANT: Offers are required to submit: 1) Quotation and the company point of contact for the quotation. 2) A description of the trailers offered, to include drawings, specifications and printed literature that shows configuration of the trailer and boxes mounted on trailers to hold duct hose and electrical cabling. In addition show or identify the location and type of auxiliary power on the trailer. 3) At least 3 references that the company currently or in the past 3 years has provided the same or similar products to; information to include; name, address, phone and/or email address. 4) Completed copy of 52.212-3, Offeror Representations and Certifications -- Commercial Items, unless it has completed its online certifications through the ORCA website. Failure to submit any of this information will result in an offeror being nonresponsive to the RFQ. Offers are due no later than 24 Sep 2010 to arrive NLT 4 P.M. Central Standard Time as follows: Quotations can be faxed to (501) 288-8651 no later than the date and time above. Mailed offers must arrive at the office of the Contracting Officer, Central Arkansas Veterans HCS, 2200 Fort Roots Drive, Bldg 41, Room 200, North Little Rock AR, 72114. Emailed offers will not be accepted. Any offer arriving after the day and time above will be determined in-eligible for award. A public bid opening will not be held. The individual to contact for information regarding this solicitation is; Thomas Yerkey (501) 257-1028 or email Thomas.yerkey@va.gov. Questions about this solicitation must be submitted in writing to the individual above no later close of business 20 September 2010, any questions submitted after this date will not be accepted. The provision at 52.212-2, Evaluation -- Commercial Items applies, for the purpose of the fill-ins of this clause technical and past performance evaluations are approximately of equal importance to price. 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.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition addenda to the clause are as follows. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. VAAR 852.219-11 VA NOTICE OF TOTAL VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Veteran-owned small business concern"-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Veteran" is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran-owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for-- (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (END CLAUSE) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following clauses are from 52.212-5 are also indicated by the contracting officer as applicable: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The following clauses are from 52.212-5 are also indicated by the contracting officer as applicable: [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). [X] (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). [X] (10) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). [X] (19) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). [X] (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (12) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). [X] (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). [X] (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). [X] (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). [X] (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). [X] (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). [X] (26) 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [X] (33) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [X] (39) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). [X] (32)(i) 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53 and 109-169, 109-283, and 110-138). [X] (34) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vii) [Removed and reserved] (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements "(Nov 2007)" (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (FEB 2009)(41 U.S.C. 351, et seq.). (xii) 52.222-54, Employee Eligibility Verification (JAN 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: E.2 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) E.3 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: Hand-Carried Address: Department of Veterans Affairs Chief, A&MM (90C/NLR) Central Arkansas Veterans HCS 2200 Fort Roots Drive, Bldg 41, Room 200 North Little Rock AR 72114 1706 Mailing Address: Department of Veterans Affairs Chief, A&MM (90C/NLR) Central Arkansas Veterans HCS 2200 Fort Roots Drive, Bldg 41, Room 200 North Little Rock AR 72114 1706 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) E.4 VAAR 852.233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) E.5 VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) PLEASE NOTE: The correct mailing information for filing alternate protests is as follows: Deputy Assistant Secretary for Acquisition and Logistics, Risk Management Team, Department of Veterans Affairs 810 Vermont Avenue, N.W. Washington, DC 20420 Or for solicitations issued by the Office of Construction and Facilities Management: Director, Office of Construction and Facilities Management 811 Vermont Avenue, N.W. Washington, DC 20420
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VACAHCS598/VACAHCS598/VA25610RQ0667/listing.html)
- Record
- SN02281214-W 20100916/100914235939-412ef1a2b8e9dabf95c25a1885f71833 (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 |