SOLICITATION NOTICE
41 -- Air Cooled Water Chillers
- Notice Date
- 8/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NMLC, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264510RCES273
- Archive Date
- 9/18/2010
- Point of Contact
- Jan T Harding, Phone: 3016190177, Sandy A Musgrove, Phone: 301-619-0655
- E-Mail Address
-
jan.harding@med.navy.mil, sandy.musgrove@med.navy.mil
(jan.harding@med.navy.mil, sandy.musgrove@med.navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 13.1, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. The Request for Quote number is N6264510RCES273. Proposals are due not later than 4:00 P.M. EST on September 3, 2010. Provisions and clauses in effect through Federal Acquisition Circular 05-43 are incorporated. NAICS 333912. Small Business size standard is 500 employees. The Naval Medical Logistics Command intends to negotiate with small businesses on an open competition basis to procure three air cooled water chillers on behalf of the Naval Ophthalmic Support and Training Activity. Any small businesses who feel their product meets this specification are encouraged to submit a proposal. This is a 100% small business set-aside. Essential Characteristics: The requirement is for three (3) air cooled water chillers. The units shall be 2 ton chiller units. The units shall be used to cool water used by ophthalmic lens fabrication equipment. The units shall have expansion tanks. The units shall be capable of adjusting water temperature. The units shall be able to regulate water temperature to within 2 degrees Celsius, plus or minus, of user specified temperature. The units shall have a noise level not to exceed 60 decibels. The units shall have physical dimensions no larger than 50 inches in length by 24 inches in width. The electrical requirements for this equipment are 208 VAC, three phase. Evaluation Factors for Award: The lowest price technically acceptable offeror for this requirement will represent best value to the Government. The government anticipates award of a Firm Fixed Price Contract. 1. Technical: Conformance to Essential Characteristics 2. Price: Evaluation of price will be based on the offerors total price for all items as delivered to Yorktown, VA. Price will be evaluated to ensure reasonableness and completeness. INSTRUCTIONS TO OFFEROR Introduction and Purpose - This section specifies the format and content that offerors shall use in this Request for Proposal (RFP). The intent is not to restrict the offerors in the manner in which they will perform their work but rather to ensure a certain degree of uniformity in the format of the responses for evaluation purposes. Offerors must submit a proposal that is legible and comprehensive enough to provide the basis for a sound evaluation by the Government. Information provided shall be precise, factual, and complete. Legibility, clarity, completeness, and responsiveness are of the utmost importance. Proposals shall be in the form prescribed by, and shall contain a response to, each of the areas identified. Any proposal which does not provide, as a minimum, that which is required in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. A complete proposal, including Technical, Past Performance and Price, shall be submitted by the closing date specified in the solicitation. TECHNICAL PROPOSAL INSTRUCTIONS Offerors shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally, the vendor shall fully address each essential characteristic. Page limit for technical proposal: 15 pages PRICE PROPOSAL INSTRUCTIONS Offeror shall specify the Total Price. Any Shipping charges, if shipping is at no additional charge within the Continental United States (CONUS), proposal shall state as much. Delivery type, i.e. F.O.B. Destination, shall be specified in the proposal. Offers will be evaluated to ensure reasonableness and completeness. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Page Limit for pricing proposal: 5 pages Other Administrative instructions: The vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Submission of Proposal Only email proposals will be accepted. (Email can be no larger than 5 Megs, multiple emails will be accepted) Email proposal as attachment to Jan Harding at Jan.Harding@med.navy.mil. No paper proposals will be accepted. Proposals are due not later than 4:00 P.M. EST on 3 September 2010. Any questions must be addressed to Jan Harding, by email only, NLT 1200 on 30 August 2010. No phone calls accepted. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. ADDITIONAL INFORMATION TO BE INCLUDED IN BUSINESS PROPOSAL; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their proposal. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264510RCES273/listing.html)
- Place of Performance
- Address: 693 Neiman Street, Fort Detrick, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN02257115-W 20100828/100827000814-f155c912b093bb43829aa9a30a095eaf (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 |