Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2019 FBO #6502
MODIFICATION

41 -- Updated walk-in freezer requirments - Amendment 1

Notice Date
9/12/2019
 
Notice Type
Modification/Amendment
 
NAICS
423740 — Refrigeration Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-19-Q-A096-B
 
Point of Contact
Amy M Rosier, Phone: 9375224540
 
E-Mail Address
amy.rosier@us.af.mil
(amy.rosier@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Clauses Attachment 2 - Offeror Reps and Certs Attachment 1 - SOW Request for Quote This Request for Quote (RFQ) is expected to result in the award of a firm-fixed-price contract for one (1) Walk-in Freezer for the Air Force Research Laboratory, Building 65, at WPAFB, OH a s described under the requirements section of this RFQ and accompanying requirements attachments. This RFQ is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Submit price proposal in the format of Attachment 3 CLIN Structure. The associated North American Industrial Classification System (NAICS) code is 423740 with a small business size standard of 500 employees. This acquisition is set-aside 100% for Small Business Concerns. NAICS Code: 423740 - Refrigeration Equipment and Supplies Merchant Wholesalers Small Business Size Standard: 500 Employees The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- Walk-In Freezer Acceptable means of Submission: 20 September 2019 5:00 P.M. EST. Send proposals to Amy Rosier at amy.rosier@us.af.mil. Submittal of proposals in response to this RFQ constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received. •1.1. Delivery Schedule: Delivery shall occur within 12 weeks of award Delivery Destination: Air Force Research Laboratory (AFRL/RQV) Attn: Arnel Pacia Building 65 2790 D.St., Area B Wright Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: •2. Applicable Documents •2.1. ANSI/UL 723 (ASTM E84) Surface Burning Characteristics of Building Materials •2.2. Energy Independence and Security Act of 2007 (EISA), 42 U.S.C.: Public Health and social Welfare •2.3. National Fire Protection Association (NFPA): NFPA 101 Code for Safety to Life from Fire in Buildings and Structures. •3. Requirements/Salient Characteristics •3.1. The walk-in freezer shall maintain -25°F ±5°F interior temperature while located in FSSTF which fluctuates in temperature from 50°F to 90°F. It will be next to the South Hangar doors so there may be some exposure to sunlight at certain times of the day for a maximum of 8 hours. •3.2. The interior dimensions shall be no less than 8' wide x 10' 6" deep and 8' high measured from the interior floor. Manufactures shall utilize standard panels to meet this requirement. •3.3. The walk-in freezer may be constructed of prefabricated, modular foamed metal faced panels designed for field assembly •3.4. Each wall and ceiling panel shall have smooth and/or embossed aluminum on the faces of the panels. •3.5. The floor shall have a minimum of 4 inches of foam with smooth aluminum or stainless steel interior floor with floor static load capacity of 500 psf minimum. The floor shall not have an integrated internal ramp. •3.6. A ramp can be provide as required by the manufacture. •3.7. The construction materials shall meet NFPA 101 section 6-5.2.1 Class A, with Flame Spread Index less than 25 and Smoke Developed less than 450 as tested under ASNI/UL 723 (ASTM E84). •3.8. The freezer shall meet EISA requirements for R-value minimum of R-32. Vapor transmission shall be less than 1 perm. •3.9. The walk-in freezer shall be fitted one standard swing-type entrance door equipped with magnetic gaskets. This entrance door shall be no less than 34" width and 76" height. To seal the bottom of the door, it shall have an adjustable sweep gasket. The door seal shall be equipped with a heating method to prevent condensation, ice and frost that may cause the door freeze shut. The threshold shall have a non-skid surface as well as heating beneath. •3.10. Door hardware shall have provisions for locking and a safety release which prevents entrapment of personnel within the freezer. •3.11. The walk-in freezer shall have a heated pressure relief vent or other device to allow for door opening and closing. •3.12. Interior lighting shall be LED with on/off switches mounted to the exterior of the freezer near entry door. •3.13. The walk-in freezer shall have the following refrigeration systems characteristics •3.13.1. Redundant and independent refrigeration systems to safeguard from damaging material due to a breakdown of the refrigeration system. The redundant systems alternate automatically to balance the usage. •3.13.2. The refrigeration system shall be pre-charged and ready for installation. •3.13.3. The walk-in freezer evaporators shall have automatic electric defrost system including heater, time clock, and fan delay control. Drain for condensing water will be provided by the government •3.13.4. The condensing units may be roof mounted, shelf mounted to exterior, or floor mounted next to the walk-in freezer. •3.13.5. The condensers shall be air cooled. Refrigeration system shall be U.L. Listed. •3.14. The walk-in freezer temperature control system shall have digital outputs to alert users of high temperature. •3.15. Freezer shall have an exterior mounted thermometer measuring interior temperature. •3.16. The freezer electrical power requirements shall be compatible to electrical power available in Building 65. The following power is available: 240V/60Hz/3ph 240V/60Hz/1ph 208V/60Hz/3ph 208V/60Hz/1ph 110V/60Hz •3.17. The walk-in freezer does not require a roof membrane as this freezer will be located inside a hangar facility. •3.18. The vendor shall provide a 2D drawing layout of the freezer that includes but not limited to, outside dimensions, interior dimensions, electrical and maintenance clearance areas, and locations of electrical connections. •4. DELIVERY •4.1. Delivery shall occur within 12 weeks of award •4.2. The contractor shall coordinate the unloading needs with the government a minimum of 1 week prior to delivery. •5. INSTALLATION •5.1. The contractor will not be responsible for installation. •5.2. The contractor shall provide assembly instructions and/or drawings with details to identify the components parts and interconnections to properly assemble the walk-in freezer. •6. WARRANTY •6.1. The walk-in freezer systems shall be covered with a minimum 1 year warranty on parts and workmanship from date of delivery. The anticipated award is Firm-Fixed Price-LPTA (lowest price technically acceptable). The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The proposals may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Proposal number & date. 4. Timeframe that the proposal is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Shipping (FOB Destination). 8. Delivery Schedule. 9. Completed copy of representations and certifications (Attachment 5) Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1). The Contracting Officer will review proposal based on the factors listed in this RFQ and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this RFQ. Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Limit proposal length to 40 pages. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide for the full Walk-In Freezer requirement as described in the SOW. Attachments: •1. Statement of Work •2. Reps and Certs (FAR 52.212-3(b) Alt I, FAR 52.222-22 and FAR 52.222-25, FAR 52.209-11) •3. Provisions and Clauses Please direct all questions to Amy Rosier, amy.rosier@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-19-Q-A096-B/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory (AFRL/RQV), Attn: Arnel Pacia, Building 65, 2790 D.St., Area B, Wright Patterson AFB, OH 45433, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05442117-W 20190914/190912231103-fb390db4ee9a3040d7208c0ab2e85f05 (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.