Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOLICITATION NOTICE

41 -- Design and Develop HVAC for Aircraft

Notice Date
8/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3P3BD7214A001
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award a contract for the HVAC requirements for a C-130 EMEDS Trainer?s Fuselage located at Brooks-City Base, Texas (San Antonio, TX. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. Description: Design and Develop Air conditioning-Heat Pump Unit for the C-130 EMEDS Trainer, Fuselage. (1) System must be able to heat as well as cool (heat pump), (2) SEER/EER 13 or higher. Cooper condenser coil., (3) Brass sweat connects service valves., (4) High efficiency compressor with automatic reset., (5) Internal protection device against high pressure and temperatures., (6) Emergency heat., (7) System must be capable to operate from 105 to 65 degree range. Must be able to increase or decrease 10 degrees within 15 minutes or less., (8) System must be able to maintain its current temperature to a minimum of 60 minutes (1 hr) during close door training., (9) Humidity to be proportionally to the current temperature., (10) Pressurization not required., (11) Ducting system, preferably reuse the current one. Any exterior or interior wall penetration will be done by Trainer Development mechanics., (12) Manual and computerized controlled thermostat., (13) Interface to standard thermostat., (14) Electric service will be installed in accordance with the national electric code. Trainer Development will supply electrical service 208V 3 Phase., (15) Fuselage interior dimensions: 9 ft HGT x 10.26 ft WD x 40.4 ft Long. Tail interior dimension: 9 ft HGT x 10.26 ft WD x 28 ft LG x TAN 18 DGRS. Total Volume 4,816 Cu Ft. Area 2,253 Sq Ft., (16) Exterior ambient temperature design 40 degrees., (17) Training capacity: 50 students per class., (18) Trainer interior walls are aluminum wall side walls covered with thermo blankets., (19) Installation will be at Brooks City-Base. Upon completion of the system integration, install, and test, the unit will turn over Trainer Development Flight with sufficient technical and design information to allow operation and maintenance of the unit., (20) Documentation must be delivered in a Technical Data Package to include any software documentation, hardware specifications, engineering drawings and any other related documentation in Microsoft Format. All engineering drawing packages will be delivered in the format indicated by the ANSI and ASME standards. Offerors may review the website for the C-130 aircraft at http://www.fas.org/man/dod-101/sys/ac/c-130.htm. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Solicitation number F3P3BD7214A001 is issued as a request for quotation (RFQ). This combined synopsis/solicitation set-aside for small business incorporates provisions and clauses in effect through Federal Acquisition Circular 01-22&23. The SIC Code is 1711, the NAICS code is 541330, and the size standard is $4.5M. Award is anticipated on 07 Sep 07. Interested persons may express their interest and capability to respond to the requirement or submit proposals within twelve (12) calendar days after date of publication of this notice of intent. The following clauses and provisions can be viewed through Internet access at the AF FAR Site, http://farsite.hill.af.mil. Provision 52.212-2, Evaluation - Commercial Items, is also applicable to this acquisition. The specific evaluation factors for this provision is lowest price technically acceptable. The resultant single award shall be placed with the offeror that represents the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.219-1, Small Business Program Representations, 52.219-1 Alternate I, Small Business Program Representation, which can be found at http://www.arnet.gov/far. 52.212-4, Contract Terms and Conditions- Commercial Items is applicable and paragraph (c) of this clause is tailored as follows: (c) Changes. 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 paying office, appropriation data, etc. 52.212-5, Contract Terms and Conditions - Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with these additional FAR clauses marked: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns, 52.219-8, Utilization of Small Business Concerns, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332, Required Central Contractor Registration. 52.222-48, Exception from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment-Contractor Certification, 52.252-2, Clauses Incorporated by Reference (Feb 1998). DFARS 252.204-7004, Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications/Commercial Items (requires certification) and DFARS 252.212-7001, Contract Terms and Conditions required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items with these additional FAR clauses marked: 52.203-3, Gratuities, 252.225-7012, Preference for Certain Domestic Commodities, 252.243-7002, Requests for Equitable Adjustment. DFARS 252.225-7002, Qualifying Country Sources as Subcontractors and 252.232-7003 Electronic Submission of Payment Requests. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and firm evidence of their ability to perform. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. A site visit is scheduled for Thursday, 30 August 2007, 9:00 a.m. ? 10:30 a.m. (CDT), at the USAF School of Aerospace Medicine, Department of Education and Training, USAFSAM/ATF, 2601 Louis Bauer Drive Bldg. 820, Brooks-City Base, TX 78235-5130. All planning to attend shall notify Ms. Priscilla E. Marsilio, Contract Specialist, at her e-mail address priscilla.marsilio@randolph.af.mil. Notification should be received NLT Tuesday, 28 Aug 07 by 4:30 p.m. (CDT) furnishing the name of the individual(s) attending, company being represented, and phone number. All responsible sources may submit a quote. Quotes are due not later then 4:30 P. M., Central Daylight Time (CDT), 04 Sep 07 and should reference the solicitation number F3P3BD7214A001. Offerors must include with their quote, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, 52.219-1, Small Business Program Representations, and 52.219-1 Alternate I, Small Business Program Representation and DFARS 252.212-7000, Offeror Representations and Certifications/Commercial Items. POC for this requirement is Priscilla E. Marsilio., 210-652-5180, priscilla.marsilio@randolph.af.mil, or fax (210) 652-5135.
 
Place of Performance
Address: 395 B Street West Suite 2, Randolph AFB, Texas 78150-4525
Zip Code: 78150-4525
Country: UNITED STATES
 
Record
SN01381081-W 20070824/070822221205 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.