MODIFICATION
41 -- DAAD-1034 (R-410A) and DARC 1534 Data Air System
- Notice Date
- 2/16/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-10-Q-0007
- Archive Date
- 3/6/2010
- Point of Contact
- Katrina B. Porter, Phone: 3214949971, Linda M Adair, Phone: 3214949941
- E-Mail Address
-
katrina.porter@patrick.af.mil, linda.adair@patrick.af.mil
(katrina.porter@patrick.af.mil, linda.adair@patrick.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-10-Q-0007 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This is an unrestricted set-aside acquisition for Fed Biz Ops. The North American Industry Classification System (NAICS) code for this project is 333415 with a size standard of 750. Item Description Qty Unit Unit Price Total Amount 0001 1 each DAAD-1034 (Using R-410A not R-22) and DARC 1534 DATA AIRE system to include indoor and outdoor condenser; unit capacity at 72 degrees totals 120,600 BTU sensible and close to 115,500 btu indoor unit model DAAD-1034 cabinet size 62.0"l x 34.5"d x 7. Voltage: 460 Volts, 60 HZ, 3 Phase. Color: IBM Cloud White; outdoor air cooled condenser DARC-1534 design temp 100 degrees Cabinet Size 62.25"L X 32.25"D X 40.0"H Volts, 60 Hz, 3 Phase. Standard features: compact heliarc tubular steel frame cabinet with 1" thick 1-1/2 pound density insulation, down flow air discharge, dual high efficiency scroll compressors; two refrigerant circuits to include: filter dryers, sight glass, adjustable expansion valves, with external equalizer, low pressure override timer, manual reset high pressure control and anit short cycle timer. Data alarm processor (DAP-II) advanced environment control system to include 1 each under floor water detector; 1 each fire stat with unit shut down; need a 16 inch floor stand ; outdoor air-cooled condenser voltage: 460 volts, 60Hz 3 phase; designed for 100 degree ambient operation with fan speed control of the first fan and thermostatic controlled second fan both are ¾ hp motors with propeller fan blades capable of 10,000 CFM; condenser coils coated with heresies for salt protection, TVSS, surge arrestor on power input to condenser. DATA AIRE only. Brand name justification attached. Estimated Delivery Time: ____________ FOB: Destination Warranty: ____________________ Ship to address: Transportation Officer- FE2520 Building 822 between 7:30am-3:30pm Patrick AFB, FL 32925-5270 FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 19 FEB 2010 RFQ due time: 3:00 PM EST Fax RFQ to 321-494-6193 or mail to: 45th Contracting Squadron Attn: FA2521-10-Q-0007 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email or verbal quotes are not acceptable All questions regarding this solicitation must be fax to 321-494-6193 by 1:00 pm 10 FEB 2010. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR clause 52.203-6 -- Restrictions on Subcontractor Sales to the Government FAR clause 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR clause 52.219-28 - Post Award Small Business Program Representation FAR clause 52.222-3 -- Convict Labor FAR clause 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies FAR clause 52.222-21 -- Prohibition of Segregated Facilities FAR clause 52.222-26 -- Equal Opportunity FAR clause 52.222-36 -- Affirmative Action for Workers With Disabilities FAR clause 52.222-50 -- Combating Trafficking in Persons FAR clause 52.223-15 - Energy Efficiency in Energy-Consuming Products FAR clause 52.225-3 - Buy American Act - Free Trade Agreements - Israeli Trade Act with Alternate I FAR clause 52.225-13 -- Restrictions on Certain Foreign Purchases FAR clause 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration FAR clause 52.233-3 -- Protest After Award FAR clause 52.233-4 -- Applicable Law for Breach of Contract Claim The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, and Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. DFARS Clause 252.215-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS Clause 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS Clause 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS Clause 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program. With Alternate I DFARS Clause 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS Clause 252.247-7023 Transportation of Supplies by Sea with Alternate III DFARS Clause 252.247-7024 Notification of Transportation of Supplies by Sea The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-10-Q-0007/listing.html)
- Place of Performance
- Address: Transportation Officer - FE2520, Building 822 Between 730am-330pm, Patrick, Florida, 32925-5270, United States
- Zip Code: 32925-5270
- Zip Code: 32925-5270
- Record
- SN02066164-W 20100218/100216234713-bfff49b907297c4e05583201843804a6 (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 |