Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,2000 PSA#2569

REFRIGERANT RECOVERY UNITS U.S. MARINE CORPS (USMC) REFRIGERANT RECOVERY UNIT -- This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for the subject items; offers are hereby formally being requested and a written solicitation will not be issued. The Request For Proposal (RFP) number is DAAD16-00-R-0020. This document incorporates Provisions and Clauses in effect through Federal Acquisition Circular 97-15. This requirement is one hundred percent (100%) set-aside for Small Business. The Standard Industrial Classification (SIC) Code for this procurement is 3585 and the Small Business Standard is 750 employees. The U.S. Army Materiel Command Acquisition Center-Natick Contracting Division, on behalf of the United States Marine Corps, anticipates a Firm Fixed Price (FFP) Contract for the thirty-five (35) Refrigerant Recovery Units under CLIN 0001 of this RFP. A CLIN 0002 for Shipping will also be included. The Refrigerant Recovery Units will be used by refrigerant technicians in the Marine Corps to recover, recycle and recharge (RRR) refrigerants from various types of refrigeration and air conditioning equipment in the Marine Corps inventory. The refrigerant RRR units shall have the following salient characteristics: compatibility with refrigerant types R-134a, R-12, R-22, R-500, R-502, and R-404a; equipped with built-in high and low manifolds; contain an accumulator/oil separator to remove oil, acid and other condensable material from refrigerant; equipped with a heavy duty Filter Dryer to remove moisture -- the filter dryer shall have the capacity for 1,000 pounds of refrigerant before being replaced; shall be provided with a device to prevent mixing of incompatible refrigerants; accessible for maintenance; an electronic scale shall be included to weigh recovered refrigerant and for accurate recharging; accommodate a minimum of one 50 pound refillable recovery tank within its envelope dimensions -- the unit shall also be provided with a spare 50 pound recovery tank (2 total, one tank will be provided with 0.25 inch fittings and the other tanks shall be compatible for use with R-134a); the RRR unit shall have a vacuum pump with a minimum pump capacity of six cubic feet per minute; the RRR shall be capable of recovering refrigerant vapor at a rate of 0.5 pounds per minute, recovering refrigerant liquid at a rate of 4 pounds per minute, recycling refrigerant at a rate of 4 pounds per minute; capable of operating between 0 degrees F and 120 degrees F when recovering refrigerant R-12 or R-134a; operate on 115 volt 60 Hz power supply; maximum dimensions of the unit are 48 inches high by 28 inches wide and 30 inches deep; maximum weight is 260 pounds without tank -- if unit is over 70 pounds, then a built in cart with wheels is required to move the unit with one person, and the unit shall be provided with three sets ( two hoses per set) of refrigerant manifold hoses that are a minimum of 96 inches long (one of these sets of hoses shall be used with the refrigerant R-134a with service couplers. The unit shall meet the requirements of the Society of Automotive Engineers standard SAE J 1770 for recycling R-12 and R-134a for using a common circuit. Delivery shall be F.O.B. Destination; shipping costs shall be prepaid by the Contractor, and shall be reimbursed by the Government, upon the submittal to the Government by the Contractor of receipts for the shipping costs. Inspection and Acceptance shall be at Destination by the cognizant receiving authority. In accordance with FAR 52.212-1, Offerors shall provide a brief overview of their company (maximum 2 pages), commercial product literature for the proposed item, and a one page listing of past contracts/orders, to include name, phone number, and company name. In accordance with FAR 52.212-2, award shall be made to the Offeror that represents the best value to the Government. The following factors shall be evaluated: Item Capability of Meeting the Requirements, Price and Past Performance. Items Capability Of Meeting The Requirements > Price > Past Performance. In addition to the information above, Offerors must provide a completed copy of the provisions (Representations and Certifications) at FAR 52.213-3 and at DFARS 252.212-7000 with their offer. The provisions at FAR 52.252-1 ( ..http://farsite.hill.af.mil ), 52.212-1 and 52.212-2 apply to this acquisition. The clauses at FAR 52.252-2, 52.202-1, 52.204-6, 52.212-5 (the following clauses thereunder are applicable: 1, 5, 7, 11 15, and 23), 52.216-18, 52.216-19, 52.216-20, 52.219-6, 52.247-34 and DFARS 252.204-7004, 252.212-7001 (the following clauses thereunder are applicable: 252.225-7001, 252.227-7015, 252.243-7023, 252.247-7023 and 252.247-7024 ), apply to this acquisition. All offers must be received in writing (i.e. mail, fax or E-mail) by no later than 2:00pm on April 11, 2000. The mailing address is: U.S. Army Materiel Command Acquisition Center, Natick Contracting Division, Attn: AMSSB-ACN-S (T. Bouchard), Bldg. 1, Kansas St, Natick, MA 01760-5011. The fax number is (508) 233-5286. The E-mail address is: tbouchar@natick-amed02.army.mil. Any questions/concerns regarding this announcement/RFP must be provided in writing no later than the close of business on Apr 2, 2000. No telephonic responses will be accepted. See Numbered Note(s) 1. WEB: US Army Materiel Command Acquisition Center-Natick, http://www3.natick.army.mil. E-MAIL: To contact the Contract Specialist, tbouchar@natick-amed02.army.mil. Posted 03/29/00 (W-SN438945).

Loren Data Corp. http://www.ld.com (SYN# 0393 20000331\SP-0011.MSC)


SP - Special Notices Index Page