Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2014 FBO #4649
MODIFICATION

41 -- TRANE 60 Ton Air Cooled Chiller

Notice Date
8/15/2014
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NPS, NER - VA MABO3655 US HWY 211 EastLurayVA22835US
 
ZIP Code
00000
 
Solicitation Number
P14PS01994
 
Response Due
8/12/2014
 
Archive Date
9/11/2014
 
Point of Contact
Norma Hernandez
 
Small Business Set-Aside
Total Small Business
 
Description
****SOLICITATION HAS BEEN CANCELLED**** Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial item supplies being procured in accordance with the format in Subpart 12.6, and supplemented with additional information as included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. One Firm Fixed price award is contemplated to a responsible offeror, based on lowest price and technically acceptable offer. This requirement is for Brand Name for Exact Match Only. Substitutions will not be accepted. Brand Name Justification and product specifications are available via Additional Info found below via the Fed Connect site. This is solicitation number is P14PS01994 and is issued as a Request For Quote (RFQ) for TRANE 60 TON AIR COOLED PACKAGED CHILLER. This requirement is a 100% total small business set-aside. The associated NAICS code is 333415 and or closely related NAICS will be acceptable. The small business size standard is 750 EMP. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 effective May 30, 2014. Anticipated Award Date: within 30-calendar days of receiving offers. Estimated Delivery: 30-45 days after award. Point of Contact to be announced after award. Delivery via FOB Destination. The successful offeror will be required to submit product specifications and warranty information for verification prior to award being made and will be required to submit not later than 5-Business days from date of written notification that an award is pending and will be required to submit to the contracting officer. Offerors will be required to have a current registration in SAM prior to award pursuant to FAR 4.1102 and all other applicable regulations and guidelines can be found at www.sam.gov. All prospective contractors are required to submit or upload their Organization's Representation and Certifications Application (ORCA) at https://orca.bpn.gov prior to submitting your offer. SCHEDULE OF SUPPLIES: Line Item 00010 Trane, 60 TON, Air Cooled Chiller Trane Model # 2AXD2A1A1A1AXXA1D1AXXXXXXXB1A3A1D1X-L-X. NOTE: This is for a direct replacement of existing Trane Air Cooled Chiller (model # CGADC60GAGA19EGT serial # J93D65755) which has the same specifications as Trane Model # 2AXD2A1A1A1AXXA1D1AXXXXXXXB1A3A1D1X-L-X. Trane Specifications are attached and can be viewed via Additional Info. found below via the Fed Connect site. Quotes Submittal Instructions: Offerors must comply with FAR 52.212-1, Instructions to Offerors - Commercial Items. Offerers will submit quotes using attached Standard Form 1449 (Download via Fed Connect Link located at Additional Info. Below). Submission, modification, revision, and withdrawal of proposals can be made up until Solicitation Close Date and Time, Tuesday, August 12th, 2014, 4:00PM Eastern Standard Time. Submission will only be accepted by fax or email. Submission via Fed Connect cannot be made or authorized. All offers will need to be received by this date and time. Offerors should ensure, the name (Business Name), address, and telephone and facsimile numbers of the offeror (and electronic address if available); and name of person(s) authorized to negotiate on the offerors behalf with the Government in connection with this solicitation. Contracting office or its employees will not be responsible for late submissions after the close date/time due to technical difficulties regarding electronic submissions and transmitting non receipt errors. Offerors shall make effort to ensure quotes are submitted to allow for timely arrival. Quotes must be good for 60-days. All prices shall be inclusive in total quote price and provided on attached Standard Form 1449. Questions Offerors shall submit any questions concerning the solicitation at the earliest time possible to enable the contracting officer to respond and not later than 24-hrs prior to close of the solicitation. Send questions with name of business, point of contact name, and questions to Norma_Hernandez@nps.gov, The following Federal Acquisition Regulation (FAR) provisions and clauses shall be applicable to this solicitation and award: For full text version of these provisions and clauses, please go to the following internet address: https://www.acquisition.gov/far/. 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-13 Contractor Code of Business Ethics and Conduct 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items (by reference) 52.212-2 Evaluation - Commercial Items (full text) 52.212-3 Offeror Representations and Certification - Commercial Items (full text) 52.212-4 Contract Terms and Conditions -- Commercial Items (by reference) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (full text) 52.219-1Alt 1, Small Business Program Representations 52.219-14 Limitations on Subcontracting 52.219-16 Liquidated Damages-Subcontracting Plan 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-20 Contracts for Materials, Supplies, Articles and Equipment Exceeding $15,000 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans Rights Under the National Labor Relations Act 52.222-54 Employment Eligibility Verification 52.222-50 Combating Trafficking Persons 52.223-6 Drug Free Workplace 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-1 Buy American Act--Supplies 52.225-2 Buy American Act Certificate52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13 Restrictions on Certain Foreign Purchases 52.225-18 Place of Manufacture 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-23 Assignment of Claims 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payment to Small Business Subcontractors 52.233-1 Disputes 52.233-3 Protest after Award 52.233-4 Applicable Law of Breach of Contract Claim 52.236-7 Permits and Responsibilities 52.243-1 Changes - Fixed Price 52.246-2 Inspection of Supplies -- Fixed-Price 52.246-16 Responsibility for Supplies 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Addendum to Clauses Full Text Addendum to the clause 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2013) are as follows and are incorporated into the terms and conditions: DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (September 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Contractor is required to upload and submit electronic invoice for payment via IPP. The Contractor must use the IPP website to register, access, and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause) Additional Info and Quote Submittals to: Norma_Hernandez@nps.gov or Fax: 540-999-3403 - ATTN Norma Contracting Office Address: Virginia MABO, Shenandoah National Park, 3655 U.S. Hwy 211 East, Luray, VA 22835-9036. Place of Performance: Colonial National Historical Park, NPS, 10815 George Washington Memorial Highway, Yorktown, VA 23690-9755. Point of Contact(s): Norma Hernandez, Contracting Specialist, ph 540-999-3500, ext 3394, email: Norma_Hernandez@nps.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS01994/listing.html)
 
Record
SN03467852-W 20140817/140816000748-013a14d2982ce9c5b044a7fcb9155f05 (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.