Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
SOLICITATION NOTICE

45 -- Indirect Fired Space Heater - Pricing Schedule

Notice Date
9/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333414 — Heating Equipment (except Warm Air Furnaces) Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-13-T-0090
 
Archive Date
9/25/2013
 
Point of Contact
Ryan M DeBonis, Fax: 907-552-7496
 
E-Mail Address
ryan.debonis@us.af.mil
(ryan.debonis@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WAWF Instructions Pricing Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO': INDIRECT FIRED DIESEL SPACE HEATER (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-13-T-0090 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 effective 03 Sep 2013. The DFARS provisions and clauses are those in effect to DPN 20130808 effective 08 Aug 2013. The AFFARS provisions and clauses are those in effect to AFAC 2013 Baseline effective 27 Aug 2013. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333414 with a small business size standard of 500 employees. (v) The Pricing Schedule is incorporated as Attachment 1. Offeror's shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: One (1) each industrial indirect fired space heater (diesel fuel) meeting all of the following specifications: - Indirect fired diesel fuel space heater capable of creating a minimum 6200CFM clean heated air - Minimum output of one million BTUs that is capable of heating a 100ft x 200ft room to a constant temperature of 70 degrees Fahrenheit when the outside temperature is 0 degrees Fahrenheit - Diesel generator - Fuel tank capable of supporting a minimum of 16 hours continuous operation between re- fueling - 100% spill containment system for all fluids - A minimum of four (4) outputs each with a 12 inch diameter or a coupling device that steps down the output to accommodate 12 inch ducting. - Over-temperature and flame detection safety shutdowns - A minimum of two exterior flood lights - 110v & 120v receptacles for on-site power are desired but not required - Highway towable with a DOT lighting package - Trailer mounted and capable of connecting to a standard vehicle ball and hitch Must be delivered no later than 02 December 2013. (vii) Delivery shall be FOB Destination. Contractor shall include delivery schedule information on the Pricing Schedule, Attachment 1. All items shall be delivered to: 19713 Tally Ave Joint-Base Elmendorf Richardson, Anchorage AK, 99506 (viii) FAR 52.212-1 Instructions to Offeror's -- Commercial Items (Jul 2013) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Specific Instructions: The response shall consist of two (2) separate parts: Part I - Technical Acceptability and Part II - Price Proposal. a. PART 1- TECHNICAL CAPABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in paragraph (vi) above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 4. System for Award Management Registration. (1) Definitions. As used in this section- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (i) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (ii) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (i) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (ii) The Contractor's CAGE code is in the SAM database; and (iii) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN Attachment, Page 1 of 4 validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (i) Data collected from prospective federal awardees required for the conduct of business with the Government; (ii) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (iii) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (2) (i) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (ii) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (iii) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (3) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (i) A contractor may obtain a DUNS number- (A) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (B) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (ii) The Contractor should be prepared to provide the following information: (A) Company legal business name. (B) Tradestyle, doing business, or other name by which your entity is commonly recognized. (C) Company physical street address, city, state and Zip Code. (D) Company mailing address, city, state and Zip Code (if separate from physical). (E) Company telephone number. (F) Date the company was started. (G) Number of employees at your location. (H) Chief executive officer/key manager. (I) Line of business (industry). (J) Company Headquarters name and address (reporting relationship within your entity). (4) Reserved. (5) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (6) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (7) N/A (i) (A) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (aa) Change the name in the SAM database; (bb) Comply with the requirements of subpart 42.12 of the FAR; and (cc) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (B) If the Contractor fails to comply with the requirements of paragraph (g) (1) (i) of this clause, or fails to perform the agreement at paragraph (g) (1) (i) (C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (ii) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (8) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: One (1) each industrial indirect fired space heater (diesel fuel) meeting all of the following specifications: - Indirect fired diesel fuel space heater capable of creating a minimum 6200CFM clean heated air - Minimum output of one million BTUs that is capable of heating a 100ft x 200ft room to a constant temperature of 70 degrees Fahrenheit when the outside temperature is 0 degrees Fahrenheit - Diesel generator - Fuel tank capable of supporting a minimum of 16 hours continuous operation between re- fueling - 100% spill containment system for all fluids - A minimum of four (4) outputs each with a 12 inch diameter or a coupling device that steps down the output to accommodate 12 inch ducting - Over-temperature and flame detection safety shutdowns - A minimum of two exterior flood lights - 110v & 120v receptacles for on-site power are desired but not required - Highway towable with a DOT lighting package - Trailer mounted and capable of connecting to a standard vehicle ball and hitch Must be delivered no later than 02 December 2013. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), or ensure the Representations and Certifications are updated at www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Aug 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Dec 2010 FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations May 2012 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.219-28 Post Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies Mar 2012 FAR 52.222-21 Prohibition of Segregated Facilities Feb 1999 FAR 52.222-26 Equal Opportunity Mar 2007 FAR 52.222-36 Affirmative action for Workers w/ Disabilities Oct 2010 FAR 52.222-50 Combating Trafficking in Persons Feb 2009 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels Feb 2006 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure Sep 2011 DFARS 252.211-7003 Item identification and Valuation Jun 2011 DFARS 252.215-7007 Notice of Intent to Resolicit Jun 2012 DFARS 252.215-7008 Only One Offer Jun 2012 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American - Balance of Payments Program Certificate Jun 2012 DFARS 252.225-7035 Buy American - Free Trade Agreements - Balance of Payments Program Certificate. Dec 2012 DFARS 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments Program Dec 2012 DFARS 252.225-7036 Alt I Buy American-Free Trade Agreements -- Balance of Payments Program Jun 2012 DFARS 252.232-7003 Electronic Submission of payment Requests and receiving reports Jun 2012 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Jun 2013 AFFARS 5352.201-9101 Ombudsman Nov 2012 (xiii) The local clause "WAWF Instructions" is located as Attachment 2. (xiv) N/A (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: CPT Ryan DeBonis, via e-mail: ryan.debonis@us.af.mil. Please forward all questions to CPT Ryan DeBonis at ryan.debonis@us.af.mil no later than 4PM Alaska Standard Time on 5 September, 2013. An amendment will be issued answering all questions received, providing the Government's response. Quotes are due no later than 12 noon Alaska Standard Time on Tuesday, 10 September 2013; quotes shall include the following: a. Part 1- Technical Acceptability - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. Part 2- Price - Submit one (1) copy of price schedule any additional documentation is limited to 10 pages. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced, technically acceptable quote. (xvi) Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: CPT Ryan DeBonis, via e-mail: ryan.debonis@us.af.mil. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: WAWF Instructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-13-T-0090/listing.html)
 
Place of Performance
Address: JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03171633-W 20130905/130903235349-2cdad3460a0ee8235a1635012aac0186 (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.