Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOLICITATION NOTICE

41 -- Colling Towers

Notice Date
12/8/2011
 
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 Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B008
 
Archive Date
1/6/2012
 
Point of Contact
James M. Figlan, Phone: 321-494-9951, Bradley E Richardson, Phone: 321-494-1667
 
E-Mail Address
James.Figlan@patrick.af.mil, brad.richardson@patrick.af.mil
(James.Figlan@patrick.af.mil, brad.richardson@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Cooling Tower(s) 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 FA2521-12-Q-B008 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This is a set-aside for Cooling Tower Units. The North American Industry Classification System (NAICS) code for this project is 333415 with a size standard of 750. Item Description Qty Unit Unit Price Total Amount 0001 Cooling Tower Unit 1 Ea 0002 Cooling Tower Unit 1 Ea 0003 Cooling Tower Unit 1 Ea Clin 0001 - NSN 4130P0179332520 Manufacturer: Baltimore Aircoil Company Model: PT2-0412A-1G1 117 Ton Cooling Tower Unit or equal; Quantity (1 Ea). Certified Capacity: 240 USGPM of water from 95°F to 85°F at 80°F entering air wet bulb; Fan Motor(s): Two (2) 3 HP fan motors: Totally Enclosed Air Over (TEAO), 1 speed/1 winding premium efficiency (inverter duty), suitable for 460 volt, 3 phase, PVC louvers fill, & Drift eliminators. Brand Name or Equal Physical and Functional Characteristics: - Induced Draft, Counterflow Cooling Tower - 5 year total tower warranty - CTI Certified - 316 stainless steel Basin/304 stainless steel construction - 304 stainless steel fan guards - Two (2) quick opening fill inspection panel with handles and two (2) separate quick opening mechanical equipment access panels - Two (2) aluminum access ladders with 304 stainless steel attaching hardware and 4' ladder extensions to grade - Fan and motors are direct drive (no belts allowed) - Internal 304 stainless steel strainer - Mechanical float valve. - Upgraded structure for IBC/FBS 130PSF Clin 0002 NSN - 4130P0179332520. Manufacturer: Baltimore Aircoil Company Model: PT2-0412A-1G1, 117 Ton Cooling Tower Unit or equal; Quantity (1 Ea). Certified Capacity: 240 USGPM of water from 95°F to 85°F at 80°F entering air wet bulb; Fan Motor(s): Two (2) 3 HP fan motors: Totally Enclosed Air Over (TEAO), 1 speed/1 winding premium efficiency (inverter duty), suitable for 208 volt, 3 phase, PVC louvers fill, & Drift eliminators. Brand Name or Equal Physical and Functional Characteristics: - Induced Draft, Counterflow Cooling Tower - 5 year total tower warranty - CTI Certified - 316 stainless steel Basin/304 stainless steel construction - 304 stainless steel fan guards - Two (2) quick opening fill inspection panel with handles and two (2) separate quick opening mechanical equipment access panels - Two (2) aluminum access ladders with 304 stainless steel attaching hardware and 4' ladder extensions to grade - Fan and motors are direct drive (no belts allowed) - Internal 304 stainless steel strainer - Mechanical float valve. - Upgraded structure for IBC/FBS 130PSF Clin 0003 - NSN - 4130P0179332520. Manufacturer: Baltimore Aircoil Company Model: PT2-0412A-1G1, 117 Ton Cooling Tower Unit or equal; Quantity (1 Ea). Certified Capacity: 240 USGPM of water from 95°F to 85°F at 80°F entering air wet bulb; Fan Motor(s): Two (2) 3 HP fan motors: Totally Enclosed Air Over (TEAO), 1 speed/1 winding premium efficiency (inverter duty), suitable for 208 volt, 3 phase, PVC louvers fill, & Drift eliminators. Brand Name or Equal Physical and Functional Characteristics: - Induced Draft, Counterflow Cooling Tower - 5 year total tower warranty - CTI Certified - 316 stainless steel Basin/304 stainless steel construction - 304 stainless steel fan guards - Two (2) quick opening fill inspection panel with handles and two (2) separate quick opening mechanical equipment access panels - Two (2) aluminum access ladders with 304 stainless steel attaching hardware and 4' ladder extensions to grade - Fan and motors are direct drive (no belts allowed) - Internal 304 stainless steel strainer - Mechanical float valve. - Upgraded structure for IBC/FBS 130PSF Estimated Delivery Time: _________________________ Warranty: _____________________________________ FOB: Destination Ship to address: TRANSPORTATION OFFICER - FE2520 BLDG 822 Between 7:30 AM-3:30 PM Patrick AFB, Florida 32925. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 22 December 2011 RFQ due time: 3:00 PM Fax RFQ to 321-494-2706 or mail to: 45th Contracting Squadron Attn: RFQ Number 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email or verbal quotes are not acceptable All questions regarding this solicitation must be faxed to 321-494-2706, or E-mail James.Figlan@patrick.af.mil, by 1:00 pm 13 December All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. Brand Name or Equal: The 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. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. 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. 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. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-28 - Post-Award Small Business Program Representation. FAR 52.222-3 -- Convict Labor. FAR 52.222-19 -- Child Labor-Cooperation With Authorities and Remedies. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-15 - Energy Efficiency in Energy-Consuming Products. FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.233-1 -- Disputes. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV). Additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.211-7003 Item Identification and Valuation DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. DFARS 252.225-7036 Buy American Act-Free Trade Agreements--Balance of Payments Program, Alternate I (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.247-7023 Transportation of Supplies by Sea, Alt III (May 02) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B008/listing.html)
 
Record
SN02635846-W 20111210/111208234228-9b694ea51f80920626dc223dc4c2380c (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.