Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

41 -- Dampers

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Great Lakes Office, Great Lakes, IL 60088
 
ZIP Code
60088
 
Solicitation Number
N00189-12-T-M028
 
Response Due
9/10/2012
 
Archive Date
3/9/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N00189-12-T-M028 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 333412 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-10 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Great Lakes, IL 60088 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001, FOUR (4) SETS OF DAMPERS WITH 2-POSITION ELECTRIC ACTUATORS TO REPLACE THE BACK-DRAFT RELIEF DAMPERS. INCLUDES THE WIRING INSTALLED FOR THESE DAMPERS TO BE CONTROLLED. DAMPERS TO BE INSTALLED BY NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) DAMPERS TO BE LOW LEAKAGE CONTROL AND GALVANIZED, CLASS 1A LEAKAGE RATED. VENDOR SHALL PROVIDE THE LABOR AND MATERIALS TO CONNECT THE DAMPER ACTUATORS TO CONTROLS THAT WILL OPEN AND CLOSE THESE DAMPERS WHEN NEEDED. THERE WILL ALSO BE A PROVISION TO OVER-RIDE THE DAMPER TO A "CLOSED" POSITION. WORK BY NAVFAC: 1. CONTROL, MONITORING OR ALTERATIONS TO EXISTING CONTROL OF DEVICES OR EQUIPMENT ON THE AHU UNITS. 2. REMOVAL OF OLD BACK-DRAFT DAMPERS. 3. REVISIONS TO ROOF FRAMING TO FIT NEW DAMPERS. 4. DUCKWORK AND CURB INSULATION. 5. ROOFING MODIFICATIONS AND PATCHING. RUSKIN MODEL # CD60 (BRAND NAME OR EQUAL) SIZES ARE AS FOLLOWS: THREE (3) AT 72 INCHS BY 60 INCHES ONE (1) AT 96 INCHS BY 48 INCHES EACH DAMPER FINISHED WITH; GALVANIZED AIRFOIL BLADES, JAMB SEALS, BLADE SEALS, JACK-SHAFTING, TWO 120 VOLT TWO POSITION ELECTRIC ACTUATORS PER DAMPER WITH END SWITCHES. DAMPERS SHALL BE FURNISHED IN ACCORDANE WITH THE ABOVE, FOUR CONTROL DAMPERS SHALL MEET THE FOLLOWING MINIMUM STANDARDS. FRAME SHALL BE 16 GAGE GALVANIZED STEEL STRUCTURAL HAT CHANNEL WITH TABBED CORNERS FOR REINFORCEMENT FOR 11 GAGE STRUCTURAL EQUIVALENCE. BLADES SHALL BE 14 GAGE EQUIVALENT THICKNESS GALVANIZED STEEL, ROLL-FORMED AIRFOIL TYPE FOR LOW PRESSURE DROP AND LOW NOISE GENERATION. BLADE EDGE SEALS SHALL BE RUSKIPRENE TYPE OR EQUIVALENT SUITABLE FOR -72 DEGREE F TO +275 DEGREE F, WITH MECHANICAL LOCK INTO THE BLADE EDGE. ADHESIVE OR CLIP ON TYPE SEALS ARE UNACCEPTABLE JAMB SEALS SHALL BE FLEXIBLE METAL, COMPRESSION TYPE TO PREVENT LEAKAGE BETWEEN BLADE END AND DAMPER FRAME., 4, Sets; LI 002, CONT. FROM LINE NO. 0001 - BEARINGS SHALL BE CORROSION RESISTANT, PERMANENTLY LUBRICATED STAINLESS STEEL SLEEVE TYPE TURNING IN AN EXTRUDED HOLE IN THE DAMPER FRAME. AXLES SHALL BE HEXAGONAL POSITIVELY LOCKED INTO THE DAMPER BLADE. LINKAGE SHALL BE CONCEALED OUT OF AIRSTREAM, WITHIN THE DAMPER FRAME TO REDUCE PRESSURE DROP AND NOISE. SUBMITTAL MUST INCLUDE LEAKAGE, MAXIMUM AIR FLOW AND MAXIMUM PRESSURE RATINGS BASED ON AMCA PUBLICATION 500. DAMPER SHALL MEET THE LEAKAGE REQUIREMENTS OF THE INTERNATIONAL ENERGY CONSERVATION CODE BY LEAKING LESS THAN 3 CFM/SQ. FT. AT 1" OF STATIC PRESSURE AND SHALL BE AMCA LICENSED AS A CLASS 1A DAMPER. OPTIONS TO FURNISH FOR EACH DAMPER ARE AS FOLLOWS: SP100: DAMPERS SHALL BE EQUIPPED WITH DAMPER POSITIOIN INDICATION SWITCH PACKAGE. THE SWITCH PACKAGE SHALL INCLUDE TWO POSITION INDICATION SWITCHES LINKED DIRECTLY TO THE DAMPER BLADE TO PROVIDE FULL OPEN AND FULL CLOSED DAMPER BLADE POSITION. THE SWITCH PACKAGE SHALL BE CAPABLE OF INTERFACING WITH THE HVAC CONTROL SYSTEM AND PROVIDE REMOTE DAMPER BLADE POSITION STATUS. SWITCH PACKAGE RUSKIN MODEL SP-100 (BRAND NAME OR EQUAL) CONTROL DAMPER ACTUATORS ARE REQUIRED, THEY SHALL BE FURNISHED AND VENDOR MOUNTED. VENDOR QUOTE TO INCLUDE A SUBMITTAL THAT STATES THE EQUIPMENT MANUFACTURER, MODEL NUMBER, PART NUMBER, ELECTRICAL POWER FEED REQUIREMENTS IN VOLTS/AMPS/PHASE/HERTZ/MAXIMUM OVER CURRENT PROTECTION/, CONTROLS PLAN / WIDTH BY LENGTH BY HEIGHT DIMENSIONS, WEIGHT, ALL INTERFACING CONNECTION REQUIREMENT, LIST OF ALL FURNISHED ITEMS TO TO SHIPPED LOOSE, 1, Information; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 333412 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. System for Award Management Registration (August 2012) (Deviation) The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 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 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 52.204 - 99 DEV System for Award Management Registration (August 2012) (Deviation) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Buy American Act & Balance of Payments (Oct 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-12-T-M028/listing.html)
 
Place of Performance
Address: Great Lakes, IL 60088
Zip Code: 60088-3420
 
Record
SN02866389-W 20120906/120905000149-78f4a465d17594aa7c8c5fe7c25eddf0 (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.