SOLICITATION NOTICE
41 -- Small business set-a-side for 12 each 9K COOLING ENVIRONMENT CONTROL UNIT AND 2 12K cooling Environmental Control Units
- Notice Date
- 4/20/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- CECOM Contracting Center,Washington (CECOM-CC), ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-10-R-T161
- Response Due
- 5/4/2010
- Archive Date
- 7/3/2010
- Point of Contact
- Rosetta Wisdom-Russell, 703-704-0826
- E-Mail Address
-
CECOM Contracting Center,Washington (CECOM-CC)
(rosetta.wisdomrussell@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with Federal Acquisition Regulations (FAR) Subpart 12.603 and 5.207, as supplemented with additional information included in this notice. A separate written solicitation will not be issued. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is a Request For Proposal (RFP), W909MY-10-R-T161. The proposed acquisition is to be a Firm Fixed Price, Contract. This is a SMALL BUSINESS SET-A-SIDE. All interested parties may submit a proposal which will be considered. All proposals are to be received NLT 2:00 pm Eastern Daylight Time, Monday, May 4, 2010 The small size standard is 750 people for the North American Industry Classification System (NAICS) Code 333415. The Project Manager, Distributed Common Ground System - Army (PM DCGS-A) intends to procure a basic quantity of twelve (12), 9 K cooling Environmental Control Units (ECUs), NSN 4120-01-456-6954, Part Number S8450-9KH-1, and two (2), 12 K cooling Environmental Control Units, Part number SH12K-R134A-B. The salient characteristics for the 9K cooling ECU are 115 Volt, 50/60 HZ with electric heat. The ECU should use R-22 refrigerant. The salient characteristics of the 12K cooling ECU are 208V, 3 Phase, 50/60 cycle. These Environmental Control Units (ECUs) are required to support the continued RESET of the Distributed Common Ground System Army, Analysis and Control Element (DE ACE). The delivery schedule shall be NLT 60 days after contract award Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). Provide with quote, standard commercial warranty information. The shipments are to be FOB Destination. The items will be shipped as follows: ECUs 6 -9K ECUs, 2- 12 K ECUs to: ELECTRONIC WAR ASSOCIATES, INCORPORATED SUITE 1100 5000 NASA BLVD FAIRMONT, WV 26554 ATTN: MR. DAVE RICHARDS DODAAC: CG0RBU Remaining 6 9K ECUs to: PM DCGS-A Field Office Fort Hood 90135 Mohawk Drive West Fort Hood, Texas 76544 ATTN: ACE Support PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1 Instructions to Offerors FAR 52.7025 Place of Performance 52.212-3 Offerors Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.222-26 Equal Opportunity FAR 52.227-02 Notice and Assistance regarding Patent and copyright infringement; FAR 52.227-03 Patent Indemnity; FAR 52.227-06 Royalty Information; FAR 52.227-09 Refund of Royalties; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-1, Disputes; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-15, Stop-Work Order; FAR 52.247-34, F.O.B. DESTINATION FAR 52.252-02, Clauses Incorporated by Reference FAR 52.243-01, Changes - Fixed Price Alternate II; FAR 52.204-7, Central Contract Registration (for Certifications and Representations 52.7024, Military Packaging Requirements; 52.7050, Administrative Data/Instructions to the Paying Office; 52.7055, Mandatory Use of Government to Government Electronic Mail; 52.6110, Mandatory Use of Contractor to Government Electronic Mail; 52.6076, Army Electronic Invoicing FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work FAR 52.7050 Administrative Data/ Instructions to Paying Office DFARS 252.204-7003 Control Of Government Property DFARS 252.212-7001 Contr Terms & Cond Reqd implement State/Exec. Orders Appl to Defense Acq of Comm. Items.This clause includes the following: 252.232-7003, 52.2222-3, 52.222-19, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-3, 52.225-13, 52.232-29, 52.232-33, 52.232-36, 52.204-7 FAR 52.227-1 Authorization and Consent FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright infringement FAR 52.227-3 Patent Indemnity DFARS 252.227-7015 Identification and Assertion of Use DFARS 252.227-7016 Rights in Bid or Proposal DFARS 252.227-7017 Identification and Assertion of Use DFARS 252.227-7019 Validation of Asserted Restrictions-Computer Software DFARS 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data FAR 52.227-09 Refund of Royalties DFARS 252.243-7001 Pricing of Contract Modifications The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7043, Standard Practice for Commercial Packaging; 52.7047, Bar Coding; and the FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/indext.htm or http://www.acqnet.gov/far/. Bidders are required to submit an electronic online Representations and Certifications Application (ORCA). ORCA can be found at http://orcas.bpn.gov. ORCA files must be downloaded to the IBOP with submission of proposal. BASIS FOR AWARD: All responsible sources may submit a proposal which will be evaluated. The Contracting Officer reserves the right to make no award under this procedure. Offers are to be received NLT 4 May 2010 by 2PM Eastern Standard Time. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitations for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. The Point of Contact for this action is, Rosetta Wisdom-Russell, Contracting Officer, telephone number or 703-704-0826, rosetta.wisdom-russell@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b0affa9054c69f2233acebc50a1b45ea)
- Place of Performance
- Address: CECOM Contracting Center,Washington (CECOM-CC) ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02127488-W 20100422/100420235725-b0affa9054c69f2233acebc50a1b45ea (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 |