SOLICITATION NOTICE
61 -- Rugged Portable Environmental Control Unit
- Notice Date
- 6/21/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
- ZIP Code
- 28307-0120
- Solicitation Number
- W91247-16-T-ECU1
- Archive Date
- 7/9/2016
- Point of Contact
- Rosalynd Diane Clayton, Phone: 9109075116
- E-Mail Address
-
rosalynd.d.clayton.civ@mail.mil
(rosalynd.d.clayton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION (ECU 20160620rdc) for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS. This solicitation documents and incorporates provisions and clauses in effect through FAR and DFARS. 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: http://farsite.hill.af.mil/. The NAICS code is 335312 - Motor and Generator manufacturer. This requirement has been set aside for 100% small business. The Government requests responses from qualified sources capable of providing equipment with the following salient characteristics: Environmental Control Unit (ECU) requirement for the Petroleum Quality Analysis System-Enhanced (PQAS-E) Cooling Capacity 72000 - 75000 BTU Heating Capacity 40980 BTU Power Three phases (208v/230v with tolerance +/- 10%) Dimensions (LWH) 45.28x26.72x47.87 inches; L (center bolt to center bolt) - 43.86, +/-.03* W (center bolt to center bolt - 24.57, +/-.03* H 46.46, =.12/-1.00* Control Circuit Voltage 120vac Diameter of Supply & Return Opening 16 inches Toxin-Purging Feature *These specific dimensions are provided given the confined space of the existing Petroleum Quality Analysis System-Enhanced (PQAS-E) deployable trailer. The proposed ECU must be compatible with the PQAS-E. ECU: (1 Each) tiny_mce_marker_____________ Shipping: tiny_mce_marker_____________ Total Price: tiny_mce_marker_____________ Responding companies must include the following in order to be considered for award: 1. Applicable terms of any express warranty 2. Technical description of product proposed (for evaluation purposes). The proposed ECU's exact measurement must be included in your quote. 3. Completed Representation and Certification ***Delivery Requirement***: June 30, 2016 This announcement will close at Monday, 26 June 2016 on 0700 hours (7:00 AM) EST. The Government Point of Contact at the Mission and Installation Contracting Command Center Fort Bragg is Ms. Rosalynd Clayton who can be reached at 910-907-5116 or email rosalynd.d.clayton.civ@mail.mil. All quotes shall be emailed to: rosalynd.d.clayton.civ@mail.mil Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable lowest priced quote. System of Award Management (SAM. Contractors submitting quote must be registered in the System of Award Management (SAM) database to be considered for award. Registration is free and can be completed on-line at http://sam.gov/. All quotes shall include price(s), FOB destination, a point of contact, name and phone number, business size, and discount terms. Each response must clearly indicate the capability of the quoted to meet all specifications and requirements. The following FAR provision and clauses are applicable to this procurement: 52.252-1 Solicitation Provisions Incorporated by Reference. 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.228-5, Insurance Requirements Offerors' are reminded to include a completed copy of 52.212-3 and ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 Wide Area WorkFlow Payment Instructions 5152.233-4000 AMCLEVEL PROTESTPROGRAM (Sep 2011) ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7c873bf5b32b24342de4e5bfcfc47615)
- Record
- SN04156964-W 20160623/160621234650-7c873bf5b32b24342de4e5bfcfc47615 (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 |