Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2023 SAM #7970
SOLICITATION NOTICE

41 -- Air-cooled 80-ton nominal scroll chiller

Notice Date
9/21/2023 9:48:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
W7M8 USPFO ACTIVITY IAANG 185 SIOUX CITY IA 51111-1396 USA
 
ZIP Code
51111-1396
 
Solicitation Number
W50S72-23-Q-7207
 
Response Due
9/22/2023 8:30:00 AM
 
Archive Date
10/07/2023
 
Point of Contact
Allison N. Harbit, Phone: 712-233-0512, Mark A. Crombie, Phone: 712-233-0513
 
E-Mail Address
allison.harbit@us.af.mil, mark.crombie.1@us.af.mil
(allison.harbit@us.af.mil, mark.crombie.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation is being modified to upload Question and Answers v1 document. 21 Sept 2023. This solicitation, W50S72-23-Q-7207, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05, effective 7 September 2023. The Government intends to award a firm-fixed price (FFP) contract to the vendor whose quote is the lowest price that meets or exceeds the minimum specifications. This procurement is set aside 100% for small business. The NAICS code applicable to this requirement is 333415 and the small business size standard is 1,250 employees. The Government intends to make a single award as a result of this solicitation; however, multiple awards may be made if determined to be in the Government's best interest. The following commercial items are requested in this solicitation: Required Line Items: 0001 � Air-cooled 80-ton nominal scroll chiller� QTY 1 EACH -Air-cooled, 80-ton nominal scroll chiller, multi-stage with minimum 4 compressors (no pumps) -460V, 3-phase, 60 Hz, maximum 200 FLA -4"" 150-lb flange fittings -Flow range 90 to 275 gpm -Control panel w/BACNet interface -2 Refrigeration Circuits -Low Ambient temperature operation -Provided unit and required clearances must fit in existing chiller pad/screen wall. See attachment for dimensions. -Provide 5-year parts warranty on compressor and standard warranty on rest of chiller. -ARI Certification: Signed by manufacturer certifying compliance with requirements in ARI 550/590, ""Water Chilling Packages Using the Vapor Compression Cycle."" -ASHRAE Certification: Signed by manufacturer certifying compliance with ASHRAE 15 for safety code for mechanical refrigeration. Comply with ASHRAE Guideline 3 for refrigerant leaks, recovery, and handling and storage requirements. -ASME Compliance: Fabricate and label water chiller heat exchangers to comply with ASME Boiler and Pressure Vessel Code: Section VIII, Division 1. -Comply with NFPA 70. -Comply with UL 1995. -Federal Energy Management Program (FEMP) compliant 0002 � Installation and factory start-up � QTY 1 EACH -Connect electrical power to existing disconnect per NFPA 70 -Connect supply and return piping to existing system piping and repair insulation to match existing -Fill and vent piping with water and check for leaks -Drain water to ground -Fill and vent with glycol mix -Engage a factory-authorized service representative to perform startup service -Complete installation and startup checks according to manufacturer's written instructions SUBMISSION REQUIREMENTS/RFQ TERMS: 1.� Offerors shall submit ALL of the following information with their quote on attached vendor information sheet. Company/Offeror Name: Company Tax ID Number: Company P.O.C: POC Phone Number: POC E-Mail: Cage Code or UEI Number: Place of Manufacture (Required): Anticipated Delivery Time After Receipt of Order (ARO): F.O.B. (if origin, please provide cost): Net Payment Terms (Net 30, unless otherwise noted): 2. Offerors quotes shall include adequate information (product brochures, cut sheets, technical data sheets, etc.) for the Government to determine if the item being offered meets the Minimum Specifications identified below.� Links to web sites are not acceptable. Failure to provide adequate specification information will render the quote non-responsive, and it will not be considered for award. 3. FAR and DFARS provisions/clauses incorporated into this RFQ and/or the resulting contract(s) are attached in full text provisions and clauses attachment. The full text of the referenced provisions/clauses may be found at http://www.acquisition.gov.� Vendors must submit the Representations and Certifications from, Full Text Provisions and Clauses, with their quote only if they differ from, or have not been completed within, their System for Award Management (SAM) profile. DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services Representation, and DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, attached separately for submission convenience (FAR and DFARS Section 889 Representations). 4. Contractors must have an active System for Award Management (SAM) registration to be eligible for award. Register or check the status of your registration at http://www.sam.gov.� Please ensure your SAM profile reflects all socio-economic group(s) and NAICS Codes applicable to your business. If the NAICS code listed above is not included in your SAM profile, you must also complete the representations in FAR 52.219-1 and attach it to your quote. Contractors must submit invoices electronically using the Invoicing, Receipt, Acceptance, and Property Transfer (iRAPT) application within Wide Area Work Flow (WAWF) at https://wawf.eb.mil, and receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. Please verify with your accounts receivable/billing department that they can comply with this billing method prior to submitting a quotation. 5. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business. 6. Questions regarding this solicitation shall be emailed to Capt. Allison Harbit and SMSgt. Mark Crombie, no later than 10:00 AM Central on Wednesday, 20 September 2023. Questions and Answers will be consolidated into a single Q&A document on a non-attribution basis and posted to the solicitation. 7. Proposals are due at: 185ARW/MSC ATTN: Capt. Allison Harbit 2920 Headquarters Avenue Sioux City, IA 51111-1300. Proposals may be submitted by mail, hand delivered, or e-mail to allison.harbit@us.af.mil� and mark.crombie.1@us.af.mil It is the vendor's responsibility to verify that quotes have been received at the Contracting Office prior to the due date and time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/25a49f3943ba43f291b03007991101cf/view)
 
Place of Performance
Address: Sioux City, IA 51111, USA
Zip Code: 51111
Country: USA
 
Record
SN06840879-F 20230923/230921230531 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.