Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2016 FBO #5396
MODIFICATION

41 -- Provide and Install one (1) 3-TN Ductless Split HVAC System

Notice Date
8/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, Mid-Atlantic Regional Maintenance Center - N50054, PO Box 215, Building 51, 2nd Floor, Portsmouth, Virginia, 23705-0215, United States
 
ZIP Code
23705-0215
 
Solicitation Number
N5005416RCMAN75
 
Archive Date
9/21/2016
 
Point of Contact
MARMC Code 411, Phone: 7573965041, Clarence G. Spaulding, Phone: 7574433872 x4317
 
E-Mail Address
MARMC_NRFK_411_PROCUREMENT@navy.mil, clarence.spaulding@navy.mil
(MARMC_NRFK_411_PROCUREMENT@navy.mil, clarence.spaulding@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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. The RFQ number is N5005416RCMAN75. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Publication Notice 20160802. 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: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 333415 and the Small Business Standard is 1,250. The proposed contract is 100% set aside for small business concerns. The Mid-Atlantic Regional Maintenance Center requests responses from qualified sources capable of providing and installing the following: • Provide and Install one (1) new 3-Ton Ductless Split HVAC System. • Installation to include start-up and verification of the new ductless split HVAC unit, all electrical connections, thermostat, new breaker and electrical from inside of Auxiliary Room #2 Power Panel to unit. Installation of new piping from outside condenser to AHU, installation of AHU in ceiling of facilites, and install new condensate piping to mechanical room (AUX-2). Installation of two Bollards on the loading dock is needed to protect the outside unit. • SAFTEY NOTE: Present and brief MARMC Safety Department on safety related matters for the project to include a detailed Job Safety Analysis. This project is to be turn-key. NOTE: A site visit will be conducted at 10:00 a.m. on 30 August 2016 at Mid-Atlantic Regional Maintenance Center (MARMC) located on Norfolk Naval Station, Building LF-18, 9727 Avionics Loop Norfolk, VA 23511-2124. A base pass is required to gain access to the military installation, and a building pass is also required to gain access to the building where the site visit is located. These two (2) passes take approximately 3 days to be processed. To receive the required forms needed to gain access, contact both, Clarence (Greg) Spaulding, email: clarence.spaulding@navy.mil phone: (757)-443-3872 x 4317 and Charles Loss, email: charles.o.loss@navy.mil phone: (757) 443-3872 x 1036 no later than 2:00 p.m. on 22 August 2016. Complete installation no later than 21 October 2016; Installation location is Norfolk Naval Station, Building LF-18, 9727 Avionics Loop Norfolk, VA 23511-2124. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.204-7 System for Award management 52.204-13 SAM Maintenance 52.204-19 Incorporation by reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation 52.212-1 Instructions to Offerors 52.212-3 ALTI Offeror Reps and Certs 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. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post Award Small Business Program Representation 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 with Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer - SAM 52.222-22 Previous Contracts and Compliance Reports 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Reps and Certs 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.247-34 FOB Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation relating to Compensation of Former DOD Officials 252.203-7996 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements- Representation (Deviation 2016-O0003) 252.203-7997 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Info and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a felony Conviction under ant Federal Law-Fiscal Year 2016 Appropriations 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea This announcement will close at 10:00 a.m. on September 2, 2016. Contact Clarence (Greg) Spaulding, email,clarence.spaulding@navy.mil, Phone:757-443-3872 ext.4317 and Charles Loss, email: charles.o.loss@navy.mil, Phone: (757) 443-3872 x 1036. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd5ad123a3f2ff905d7538687db9389d)
 
Place of Performance
Address: Norfolk Naval Station, Building LF-18, 9727 Avionics Loop, Norfolk, Virginia, 23511-2124, United States
Zip Code: 23511-2124
 
Record
SN04247370-W 20160901/160830235614-bd5ad123a3f2ff905d7538687db9389d (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.