Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

41 -- Mobile Air Conditioning Unit

Notice Date
8/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336390 — Other Motor Vehicle Parts 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, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-13-Q-B091
 
Archive Date
10/21/2013
 
Point of Contact
Keona L Greene, Phone: 3214949958, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
keona.greene@us.af.mil, linda.penuel@us.af.mil
(keona.greene@us.af.mil, linda.penuel@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation 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 FA2521-13-Q-B091 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 2005-69. The requirement is unrestricted. The North American Industry Classification System (NAICS) code for this project is 336390 with a size standard of 750 employees. Item Description Qty Unit Unit Price Total Amount 01 Marvair Wall mount A/C (HVESA60) 2 EA Brand Name/Equal" Must meet minimum specifications: · Wall Mount Vertical Package · Nominal Cooling: 60,000 BTUH · Heating: 5 kw · High Efficiency: 9.0 Seer rating · R140A Refrigerant · Extreme Duty: Allows operation in extremly cold and hot ambient conditions from 0 - 130 degrees F · Coastal Environment Operation: Unit needs to be resistant to corrosion as it will be operated near an ocean or seacoast. · Power Supply = 208/230V 1p 60Hz · Dimensions Approx: 41"W X 94"H X 28"D · Installation should be included in price. Estimated Delivery Time: ____________ Warranty: ________________ FOB: Destination Place of Manufacturer: __________________________ Ship to address: AFTAC/THAF 1030 S. HIGHWAY A1A, MS1000 Patrick AFB, FL. 32925-3002 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 16 SEP 13 RFQ due time: 2:30 P.M. EST Fax RFQ to 321-494-1843, Email: 45cons.lgcb.e-bids@us.af.mil or mail to: 45 th Contracting Squadron Attn: FA2521-13-Q-B091 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above All questions regarding this solicitation must be fax to 321-494-1843 by 5:00 pm 06 SEP 13 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 System for Award Management at https://www.sam.gov/portal/public/SAM/ 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. 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 its Alternate I, applies to this acquisition. All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ 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: 52.204-10 (Aug 12), Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6 (Dec 10), Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.219-4 (Jan 11), Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 (Apr 12), Post Award Small Business Program Representation 52.222-3 (Jun 03), Convict Labor 52.222-19 (Mar 12), Child Labor-Cooperation with Authorities and Remedies 52.222-21 (Feb 99), Prohibition of Segregated Facilities 52.222-26 (Mar 07), Equal Opportunity 52.222-36 (Oct 10), Affirmative Action for Workers with Disabilities 52.222-50 (Feb 09), Combating Trafficking in Persons 52.223-18 (Aug 11), Contractor Policy to Ban Text Messaging While Driving 52.225-13 (Jun 08), Restriction on Certain Foreign Purchases 52.225-25 (Dec 12), Prohibition on contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-33 (Oct 03), Payment by Electronic Funds Transfer - System for Award Management 52.233-1 (Jul 02), Disputes 52.233-3 (Aug 96), Protest After Award 52.233-4 (Oct 04), Applicable Law for Breach of Contract Claim DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (DEV) 252.203-7000 (Sep 11), Requirements Relating to Compensation of Former DoD Officials 252.203-7005 (Nov 11), Representation Relating to Compensation of Former DoD Officials 252.211-7003 (Jun 11), Item Identification and Valuation 252.225-7001 (Dec 12), Buy American and Balance of Payments Program 252.225-7016 (Jun 11), Restriction on Acquisition of Ball and Roller Bearings 252.225-7031 (Jun 2005), Secondary Arab Boycott of Israel 252.225-7036 Alt I (Jun 12), Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7003 (Jun 12), Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010 (Dec 06), Levies on Contract Payments 252.244-7000 (Jun 13), Subcontracts for Commercial Items 252.247-7023 Alt III (May 02), Transportation of Supplies by Sea 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. 5352.242-9000 (Nov 12), 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/FA2521-13-Q-B091/listing.html)
 
Place of Performance
Address: 1030 S HWY A1A, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03165057-W 20130829/130828000436-fc92587c4d56b74eeb20e224713b147c (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.