SOLICITATION NOTICE
30 -- Ceramic Cooling Tower Gear Box and Hudson Fan Motor - Attachments
- Notice Date
- 1/8/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333612
— Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B354
- Point of Contact
- rasnizi cobb, Phone: 3214949516, ,
- E-Mail Address
-
rasnizi.cobb@us.af.mil, 45cons.lgcb.e-bids@us.af.mil
(rasnizi.cobb@us.af.mil, 45cons.lgcb.e-bids@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Fan Blade drawings and specs Gear Box drawings and specs Combined Synopsis/Solicitation 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. The solicitation number FA2521-16-Q-B354 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. This is a set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 333612 with a size standard of 500. Item Description Qty Unit Unit Price Total Amount 0001 Direct Replacement Mechancial Equipment Assembly for CT-1326 2 1 (Assembly should include) Two (2) Direct replacement Mechanical Equipment assemblies solely for Ceramic Cooling Tower Model: CT-1326. Includes: - Heavy gauge steel hot dipped galvanized after fabrication - Factory mounted and laser aligned mechanical equipment to include: cooling tower duty right angle gearbox series A-85 or equivalent with manufactured with input rounds per minute (rpm) 1160 to 1750 gear ratio range of 2.56 through 7.0 pending down thrust capacity. - The ratio indicative to set gear box engineered to deliver cooling tower high temperature of 98 degrees, cool temperature of 88 and wet-bulb temperature of 81 degree's. Also, includes synthetic oil and low oil level switch, mechanical vibration switch, Omega coupling, 15HP 460/3 Premium TEFC inverter duty motor with 100% cast iron casing, frame, electrical cover and fan cover, HDG fan hub, 100% 304 stainless mounting hardware. - Hudson fan and hub or equivalent are all integral to the plus/minus 0.2 degree pitched angle for gear box engineered on model CT-1326 to deliver Cooling tower high temperature of 98 degrees, cool temperature of 88 and wet-bulb temperature of 81 degree's. - FRP fan blades to ship loose for field installation by others - Deliver the factory mounted gear box, laser aligned and epoxy coated on 100% 304 stainless steel hardware. Packaged gear box assembled with 15 horse powered motor, Premium Total Enclosed Cooling, and dipped galvanized. - Motor, gearbox and fan hub will be include secondary protective epoxy coating - All hardware needed to mount assembly to the concrete support structure shall be 304 stainless steel and shall be included Ship to address: Attn Kenneth Blas/Mike Miller 734 Delta Drive Bldg 710 Patrick AFB, Florida 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly label the item GSA or open market. Include your GSA contract number for items, as well as expiration date of the contract. *****Notice to Offeror(s)/Supplier(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.***** FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Oct 15) applies to this acquisition and the following addendem applies: " The NAICS code and small business size standard for this acquisition appear above." " The offeror agrees to hold the prices in its offer firm until 1 March 2016." RFQ due date: 21 January 2016 RFQ due time: 2:00 P.M. EST Email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45 th Contracting Squadron Attn: FA2521-16-Q-B354 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be emailed to 45cons.lgcb.e-bids@us.af.mil by 1:00 P.M. EST 15 January 2016 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. 252.209-7991 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LA W - FISCAL YEAR 20 1 6 APPROPRIATIONS (DEVIATION 2016-00002) (OCT 201 5) •(a) In accordance with section lOl(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that - •(1) Has any unpaid F ederal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further acti on is not necessary to protect the interests of the Government; or •(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. •(b) The Offeror represents that - •(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, •(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR Provision 52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) The Government will 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 of the item offered to meet the Government requirement (2) price; (3) past performance (see FAR 15.304); (4) 100% small business participation; Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Illustrations and drawings are attached. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 15), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 14), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 15) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Apr 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Oct 15) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (May 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-36 Payment by Third Party (May 14) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.204-16 Commercial and Government Entity Code Reporting (Jul 15) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 15) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7003 Agency Office of the Inspector General (Dec 12) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.203-7996 Prohibition Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003)(Oct 15) 252.204-7008 Compliance with Safegarding Defense Information Controls (DEV)(Oct 15) 252.204-7009 Limitations on the Use or Disclousre of Third-Part Contractor Information (Aug 15) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Limitations on the Use or Disclosure of Third-Party Contractor Information (DEV)(Oct 15) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 14) 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluation (Jun 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 14) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7003 Notification of Potential Safety Issues (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel (Nov 12) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Attachments: •1. Gear Box Drawing (1 pg) •2. Fan Blade Drawing (2 pg)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B354/listing.html)
- Place of Performance
- Address: Patrick AFB, 32925, Patrick, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03986508-W 20160110/160109132528-6485da5d8405d8aa02b73158da95a7a2 (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 |