Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOLICITATION NOTICE

41 -- Commerical Multi Condensing Refrigeration Units - Line Item Specifications

Notice Date
1/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
Department of Justice, Bureau of Prisons, FCC Allenwood, PO Box 3500, Rt. 15, 2 Miles North of Allenwood, White Deer, Pennsylvania, 17887
 
ZIP Code
17887
 
Solicitation Number
15B20118Q00000007
 
Archive Date
2/17/2018
 
Point of Contact
Nicholas Guzenski, Phone: 57054709636175
 
E-Mail Address
nguzenski@bop.gov
(nguzenski@bop.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Line Item Specifications This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 15B20118Q00000007, and is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The Federal Bureau of Prisons (BOP) intends to make award of a firm fixed-price contract for Commercial Multi Condenser Refrigeration Units at Federal Correctional Complex (FCC) Allenwood. FCC Allenwood is located in Central Pennsylvania at Route 15, 2 miles North of Allenwood, Allenwood, Pennsylvania, 17810. The awardee will be responsible for furnishing all supplies and equipment as shown in the attached specifications and in accordance with all federal, state, and local regulations and codes. This request is for supplies only. This solicitation is being distributed solely through the General Services Administration's (GSA) Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be made available. The website provides download instructions. All future information about this solicitation, including any amendments, will also be distributed solely through this website. Interested parties are responsible for monitoring this website to ensure that they have the most recent information about this proposed contract action. This is a 100 percent small business set-aside. Offerors must be registered in System for Award Management (www.sam.gov) as a small business for the applicable NAICS code. The NAICS code for this requirement is 333415 with a small business size standard of 1250 employees. Offerors shall submit quotes for the following line items Line Item 0001 - Multi Condensing Unit 1 Cooler (4 units) per attached specifications Line Item 0002 - Multi Condensing Unit 2 Cooler (4 units) per attached specifications Line item 0003 - Condenser Unit 1 Freezer per attached specifications Line item 0004 - Condenser Unit 2 Freezer per attached specifications Quotes shall be FOB destination to FCC Allenwood, State Route 15 2 Miles North of Allenwood, Allenwood, PA 17810. Products shall be delivered in 90 days after receipt of order. Quotes SHALL INCLUDE MANUFACTURER SPECIFICATIONS for items quoted. Failure to submit required documentation shall result in the quote being removed from consideration. ALL CORRESPONDANCE TO INCLUDE QUOTES, SUPPORT DOCUMENTATION, AND QUESTIONS SHALL BE SUBMITTED ELECTRONICALLY TO nguzenski@bop.gov. Maximum file attachments may not exceed 14.0 MB. Mailed correspondence will not be accepted. The deadline for questions is January 23, 2018 at 1200 PM EST submitted in writing to nguzenski@bop.gov Quotes shall be submitted no later than February 2, 2018 at 230 PM EST submitted to nguzenski@bop.gov The provision at 52.212-1 Instructions to Offerors - Commercial, applies to this acquisition. The Government will award to responsible vendor(s) whose offer, conforms to the solicitation, and are considered to be most advantageous to the Government. Past performance will be considered approximately equal in value to price. Past Performance (poor past performance, failure to deliver awarded items in the past, not meeting required specifications, etc.), may result with the vendors quotes being considered as a non-responsible vendor. The Best Value Determination method will be used to make award for this requirement. FAR defines "Best value" as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Considerations for this best value determination include 1 - Price; 2 - Past Performance to include timeliness of delivery, providing correct product as specified, completing order as awarded/quoted, quality of items provided, and providing the correct quantity of items awarded, as well as FAPIIS and PPIRS reports; 3 - Technically Acceptable Item. A completed copy of the provision at 52.212-3 Offeror Representations and Certifications - Commercial Items shall be submitted with each offer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference 52.203-6, 52.203-13, 52.204-19, 52.212-4, 52.212-5, 52.209-6, 52.209-10, 52.209-11, 52.204-10, 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, 52.233-3, 52.233-4, 52.244-6 and provisions of 52.212-1, 52.204-7, 52.219-1. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Additionally the following terms and conditions are included: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this / these address(es): https://www.acquisition.gov/far/. (End of clause) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/. (End of provision) 52.27-103-71 FAITH-BASED AND COMMUNITY-BASED ORGANIZATIONS (AUG 2005) Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. [End of Provision] Corporate Representation Regarding Felony Conviction Under Any Federal Law or Unpaid Delinquent Tax Liability Solicitation (DEVIATION 2015-02) (March 2015) PGD 15-02 Attach 1A (a) None of the funds made available by the Department's current Appropriations Act may be used to enter into a contract, memorandum of understanding, or cooperative agreement with a corporation - (1) convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government, or (2) that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) By submitting a response to this solicitation, the offeror represents that, as of the date of this offer - (1) the offeror is not a corporation convicted of a felony criminal violation under any Federal or State law within the preceding 24 months; and, (2) the offeror is not a corporation that has any unpaid Federal or State tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (End of Provision) Contractor Internal Confidentiality Agreements or Statements Prohibiting or Restricting Reporting of Waste, Fraud, and Abuse- Solicitation (DEVIATION 2015-02) (March 2015) PGD 15-02 Attach 1B None of the funds appropriated to the Department under its current Appropriations Act may be used to enter into a contract, grant, or cooperative agreement with an entity that requires employees or contractors of such entity seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. By submitting a response to this solicitation, the contractor certifies that it does not require employees or contractors of the contractor seeking to report fraud, waste, and abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contractors from lawfully reporting waste, fraud, and abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of Provision) Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered at www.sam.gov and http://orca.bpn.gov. Each offeror is required to complete their representations and certifications in the System for Award Management (SAM). The System for Award Management (SAM) is online. SAM replaces CCR/Fed Reg, ORCA, and EPLS. If you have been using those systems, you should now go to www.sam.gov to find your information. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. Any prospective offeror's ORCA registration must include the applicable NAICS code 333415 for this acquisition. Faith-based and Community-based organizations can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. All responsible sources may submit a bid which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/20104/15B20118Q00000007/listing.html)
 
Place of Performance
Address: FCC Allenwood, State Route 15, 2 Miles North of Allenwood, Allenwood, Pennsylvania, 17810, United States
Zip Code: 17810
 
Record
SN04793338-W 20180120/180118231414-545d273caed610faa123d77adc5f900c (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  © 1994-2020, Loren Data Corp.