SOLICITATION NOTICE
41 -- PROCURE AND INSTALL A 20 TON CHILLER SYSTEM
- Notice Date
- 3/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018911Q1270
- Response Due
- 3/30/2011
- Archive Date
- 3/30/2011
- Point of Contact
- CHRISTINE SHOCKLEY 2156979459 CHRISTINE SHOCKLEY
- E-Mail Address
-
INE.SHOCKLEY@NAVY.MIL
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-11-Q-1270. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-39 and DFARS Change Notice 2010-1103. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333415 and the Small Business Standard is 750. This is a 100% small business set-aside reserved exclusively for small business concerns. The FISC Norfolk Philadelphia Office requests responses from qualified sources capable of providing the following Contract Line Item Numbers (CLINS): (CLIN 0001) QTY 1 LOT, Description: Procure and install a 20 Ton Chiller System to cool heat exchanges on SU-12 profiler. Period of Performance shall not exceed 12 months from contract award date. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 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 including (b) (9) (i), (19), (20), (21), (22), (23), (24), (25), (26), (29), and (34); 52.232-1, Payments; 52.243-1, Changes-Fixed Price; and 52.247-34, F.O.B. Destination. Quoters shall include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including (a) 52.203-3 and (b) (5) and (19); DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. This announcement will close at 4 PM on 30 March 2011. Contact Christine Shockley who can be reached at 215-697-9459 or email Christine.Shockley@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. This acquisition will be conducted utilizing the FAR Part 13 for Simplified Acquisition Procedures. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of price and technically acceptable low bids. The relative importance of the factors is as follows: technical acceptability is more important than price. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. INSTRUCTIONS SUBMISSION OF QUOTES Quotation Requirements Contractors are required to submit their quote in two separate parts. Part I. Product Information Part II. Price Quote To demonstrate technically acceptability, quoters shall provide product information that is sufficient in detail of how the items(s) offered meet the required specifications spelled out in the RFQ. In addition, quoters shall include a completed copy of 252.225-7000, Buy American Act-Balance of Payments Program Certificate. LISTS OF ATTACHMENTS ATTACHMENT IBUY AMERICAN ACT CERTIFICATE (to be used for submission of quote.) ATTACHMENT IISPECIFICATIONS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189PHILADELPHIA/N0018911Q1270/listing.html)
- Place of Performance
- Address: 1701 KITTY HAWK AVE., Philadelphia, PA
- Zip Code: 19112
- Zip Code: 19112
- Record
- SN02400887-W 20110317/110315234614-c3948e6fa1072343346cbbfa5afbc242 (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 |