Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 18, 2016 FBO #5413
SOLICITATION NOTICE

45 -- Procure HVAC Trane RTU model WSC-120E4RNAH7E0A2B003000 - FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016)

Notice Date
9/16/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Weather Service, 1325 East West Highway, SSMC2, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NWWG3300-16-00986
 
Archive Date
10/4/2016
 
Point of Contact
Marjorie A. Sabbagh, Phone: 8169263218
 
E-Mail Address
Margie.Sabbagh@noaa.gov
(Margie.Sabbagh@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016) This is a combined synopsis/solicitation. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS) Sterling Field Support Center intends to purchase the replacement of their Trane 10 ton roof top HVAC unit C with the Trane RTU model WSC-120E4RNAH7E0A2B003000 to include installation of the unit at their facility, 43742 Weather Service Rd, Sterling, VA 20166. This is a 100% Set-Aside for a Small Business. The intended acquisition is to include the delivery and installation of the HVAC Trane RTU model WSC-120E4RNAH7E0A2B003000 unit, fill the system up with R-22 refrigerant, provide a complete and thorough checkout of the newly installed compressor using manufacturer suggested guidelines, pressure test the system using dry nitrogen and check for possible leaks using a certified electronic leak detector, all labor costs and removal and disposal of the old unit including cleanup of the area. Only firms that can provide the exact product and requirement described herein will be considered. This acquisition is being processed under the procedures of Federal Acquisition Regulation (FAR) Part 13, Simplified Acquisition Procedures. This constitutes the only Request for Quotation (RFQ) written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFQ No. NWWG3300-16-00986. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36. The line items shall be provided in accordance with the specifications listed below. The price shall be all inclusive of costs including delivery. The FAR clauses incorporated into this acquisition shall be the following: 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02, Feb 2015), 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015), 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015), 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2016), (Clauses Only if Applicable: 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33), 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (Deviation)(Dec 2013), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated By Reference (Feb 1998), 52.252-6 Authorized Deviations in Clauses (Apr 1984). The CAR clauses incorporated into this acquisition shall be the following: 1352.201-70 Contracting Officer's Authority (Apr 2010), 1352.209-73 Compliance with the Laws (Apr 2010), 1352.209-74 Organizational Conflict of Interest (Apr 2010), 1352.233-70 Agency Protests (Apr 2010), 1352.233-71 GAO and Court of Federal Claims Protests (Apr 2010) and 1352.246-70 Place of Acceptance (Apr 2010). The FAR provisions are incorporated into this acquisition by reference as follows: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02, Feb 2015), 52.204-7 System for Award Management (Jul 2013), 52.204-16 Commercial and Government Entity Code Reporting (Jul 2015), 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Feb 2016), 52.212-1 Instructions to Offerors-Commercial Items (Oct 2015) and 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2016). FAR clauses and provisions are available on the Internet Website http://www.acquisition.gov/far/. All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM). For information and to register, please access the following website: https://www.sam.gov/. In order to register on the SAM website, offerors must have a Dun & Bradstreet number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at http://fedgov.dnb.com/webform or by phone at (800) 333-0505. The Government will use the following evaluation factors and significant sub factors for source selection criteria, FAR 15.304 Source Selection. (c)(1) Price or cost to the Government evaluated in every source selection (10 U.S.C. 2305(a)(3)(A)(ii) and 41 U.S.C. 3306(c)(1)(B)); and (c)(2) The quality of the product or service shall be addressed in every source selection through consideration of one or more non-cost evaluation factors such as past performance, compliance with solicitation requirements, technical excellence, management capability, personnel qualifications, and prior experience (10 U.S.C. 2305(a)(3)(A)(i) and 41 U.S.C. 3306(c)(1)(A)). The NAICS code for this requirement is 238220. All responses must be in writing and may be mailed to the National Reconditioning Center, ATTN: Marjorie A. Sabbagh, 14200 Merritt Rd., Grandview, MO 64030 or sent to the email address margie.sabbagh@noaa.gov. Quotes submitted in response to this notice shall also include the following in order to be considered responsive to this request: 1.DUNS number, company name, address, point of contact, email address, telephone number 2.Brief statement regarding its capability to provide the specified requirement. 3.Include the name, telephone number and point of contact for past performance of businesses or other Government agency to which it has previously provided this specified requirement. 4.Delivery and completion schedule. 5.Completed price schedule including the specified requirement. This is a firm-fixed price request. 6.Completed, signed and dated copy of FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSNWS/NWWG3300-16-00986/listing.html)
 
Place of Performance
Address: NOAA, NWS Sterling Field Support Center, 43742 Weather Service Rd, Sterling, VA 20166, Sterling, Virginia, 20166, United States
Zip Code: 20166
 
Record
SN04275273-W 20160918/160916234739-26fc4fdedbff2cac90af4f8266a39097 (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.