SOLICITATION NOTICE
20 -- RAINIER-AC COMPRESSOR MOTOR REPLACEMENT
- Notice Date
- 1/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of the Navy, Military Sealift Command, MSFSC Norfolk, Building SP-64, 471 C Street, Norfolk, Virginia, 23511, United States
- ZIP Code
- 23511
- Solicitation Number
- N40442-11-T-7236
- Archive Date
- 2/8/2011
- Point of Contact
- Dianne L. Pope, Phone: 7574435948
- E-Mail Address
-
dianne.pope@navy.mil
(dianne.pope@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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 is N40442-11-T-7236, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-48, effective 30 DEC 2010. NAICS code 333415 applies. This is not a small business set-aside. Military Sealift Fleet Support Command (MSFSC), Norfolk, VA intends to award a firm fixed price sole source purchase order to Johnson Controls, Inc., 15901 SW 29th Street, Suite 801, Miramar FL for USNS RAINIER for the following services: The requested period of performance for the below service is April 15, 2011- May 26, 2011. 1.0 ABSTRACT 1.1 This item describes the requirement to remove and replace A/C Plant No. 4 compressor and motor. 2.0 REFERENCES: None 3.0 ITEM LOCATION/DESCRIPTION 3.1 Location/Quantity 3.1.1 Location: Main Machinery Room No. 1 (7-455-01-E). 3.1.2 Quantity: One (1) 350 ton A/C Plant compressor and motor. 3.1.3 MFR reference drawing #: 534E1004G14 (Frick); part #: 015-04170-646 3.2 Item Description/Manufacturer's Data: 3.2.1 Manufacturer: YORK Model: YR MaxE Chiller, model C, compressor / motor with 350 ton capacity Compressor; screw T3, YRS, 2221; new 460 V, 60 Hz, 226 rotor diameter, 2.1 rotor L/D YRS2221CB46, 4.0 GOVERNMENT FURNISHED EQUIPMENT/MATERIAL/SERVICE: None 5.0 NOTES 5.1 Performance Period: 5.1.1 Rainier MTA Period. 5.1.2 Location: TBD 6.0 QUALITY ASSURANCE REQUIREMENTS: 6.1 All work shall be performed by a YORK certified representative. 7.0 STATEMENT OF WORK: 7.1 Provide all labor, material, tools and equipment required for the execution of this work item. 7.2 Contractor to lockout/tag out No. 4 A/C plant with the assistance of ships force. 7.3 Drain/Evacuate related systems. Disposal of any hazmat generated shall be coordinated with shipyard. 7.4 With the assistance of shipyard riggers, remove existing York compressor and motor listed in 3.1.2 and install new CFM unit. Renew any disturbed gaskets and lagging. 7.5 Provide transportation of new compressor to ships location. 7.6 Fill and restore system to operating specifications with the assistance of ships force. Perform operational test to the satisfaction of MSCREP. 8.0 GENERAL REQUIREMENTS: None additional The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.) 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Disabled Veterans (over 100K) 52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K) 52.222-37 Employment Reports on Special Disabled Veterans (When 52.222-35 Applies) 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.222-41 Service Contract Act 52.215-5 Facsimile Proposals: (757) 443-5982 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause my be accessed electronically at this/these address(es): http://www.arnet.gov/far Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s), unit price, and extended price 2. Total price 3. Prompt Payment Terms 4. Remittance address, Tax Identification Number, DUNS number and Cage Code 5. Responses to this solicitation are due January 24, 2011 at 4:00 PM local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION. Quotes may be emailed to Dianne.Pope@navy.mil or faxed via 757-443-5982 Attn: Dianne Pope. Please reference the solicitation number on your quote. BASIS FOR AWARD: Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d5053a30c88a3154c67bb7d37b267f3e)
- Record
- SN02362715-W 20110121/110119234341-d5053a30c88a3154c67bb7d37b267f3e (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 |