SOLICITATION NOTICE
41 -- AC Unit/Heat pump for Chemical Lockers
- Notice Date
- 11/16/2011
- 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 Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4AB001257A001
- Archive Date
- 12/13/2011
- Point of Contact
- Nell L Matchkus, Phone: (850)283-8632, Melissa J. Blair, Phone: 8502830061
- E-Mail Address
-
nell.matchkus@tyndall.af.mil, melissa.blair@tyndall.af.mil
(nell.matchkus@tyndall.af.mil, melissa.blair@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. The solicitation reference number F4AB001257A001 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54. This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code is 333415. The business size standard is 750 employees. This RFQ consists of the following Contract Line Item Number (CLIN): CLIN 0001: Qty 3 Rooftop AC unit/pump for Chemical Lockers. See below for specifications. • NEC code rated, Class 1 Division 2 • All electrical components UL approved • Capacities of a minimum of 12,000 BTU nominal heating 15,000 BTU nominal cooling. • Power supply 115VAC-Single Phase/60 Hertz • Unit will have R410A non-ozone depleting refrigerant Vendor must supply manufacturer name and part number, and specifications. Vendor must provide information with quote technical capability of the items. Technical capability/acceptability of products shall be determined by the government. All quotes must reflect FOB Destination. EVALUATION FACTORS In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Capability 2. Price Technical Capability: Offeror's AC unit/pump will be evaluated against the attached specifications on a pass/fail basis. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFAR/AFFAR provisions/clauses apply to this acquisition: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors Debarred, Suspended FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications-Commercial Items FAR 52.212-4 - Contract Terms & Conditions-Commercial Items FAR 52.212-5 - Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR FAR 52.222-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-37 - Employment Reports on Veterans. FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim. FAR 52.247-34 - F.O.B. Destination. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations In Clauses DFAR 252.203-7000 - Requirements Relating to Compensation of Former DOD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7008 - Export-Controlled Items. DFAR 252.211-7003 - Item Identification and Valuation DFAR 252.212-7000 - Offeror representations and certifications - Commercial items DFAR 252.212-7001 - Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7001 - Buy American Act-Balance of Payment Program Certificate DFAR 252.225-7002 - Qualifying Country Sources as Subcontractors DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.247-7023 Alt III - Transportation of Supplies by Sea AFFAR 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Quotes must be transmitted by e-mail. Quotes must be received no later than 12:00 PM, 28 Nov 2011. The point of Contact for this solicitation is Ms. Nell Matchkus, Contract Specialist, (850) 283-8632, nell.matchkus@tyndall.af.mil. Alternate point of contact is Ms. Melissa Blair Contracting Officer, (850) 283-8636, melissa.blair@tyndall.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB001257A001/listing.html)
- Place of Performance
- Address: AFRL/RXQ, 139 Barnes Dr. Ste 2 Module 3 Bldg 1120, Tyndall AFB, Florida, 32403, United States
- Zip Code: 32403
- Record
- SN02624627-W 20111118/111116234640-37c112028f95d5234732b186473d70a5 (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 |