SOLICITATION NOTICE
66 -- Environmental Chamber Control System
- Notice Date
- 8/11/2008
- Notice Type
- Presolicitation
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, Navy Experimental Diving Unit, N0463A Navy Experimental Diving Unit 321 Bullfinch Road Panama City, FL
- ZIP Code
- 00000
- Solicitation Number
- N0463A08T0001
- Response Due
- 8/29/2008
- Archive Date
- 9/13/2008
- Point of Contact
- Robin Harasin 8502303109
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial item 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. This request for proposal N0463A-08-T-0001 is the only written solicitation which will be issued, unless amended. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. NOTE: 100 PERCENT SMALL BUSINESS SET-ASIDE. Offers other than small businesses are also invited to submit offers. If no acceptable offers are received from small business, the set-aside will be automatically dissolved and offers from other than small business may be considered for award. NAICS code 334512 Size standard 500 employees. The offeror shall provide a firm fixed price offer to include all labor, materials, and equipment for the following:CLIN 0001 - Delivery of one each Cascade Environmental Control System, (including one copy each of the complete technical specifications, schematics, parts list, drawings, technical manuals, and operators manuals) in accordance with the specifications listed below.CLIN 0002 Complete System Installation one eachCLIN 0003 System Verification Testing one eachSpecifications: The Navy Experimental Diving Unit (NEDU) has a requirement for precise temperature and humidity control with a single point control constancy of 0.5 C and 1.0% RH to be maintained within an existing environmental chamber. The temperature range is -17.8 to 54.5C (0.0-130.0F) with a humidity range of 5 to 95% RH limited by a 5.6C (42.0F) dew point. The system will not have to control humidity at temperatures below 7.0C and may run defrost cycles at temperatures below 7.0C. The system must have the capability to allow up to 100 CFM of fresh air from the area around the room (comfort conditioned). Total heat gain within the chamber (including lights, people, transmission gains, etc.) shall not exceed 13,100 BTU/hr. The system must be retro fitted into the existing environmental chamber room with minimal space requirements for equipment allowance in the adjacent spaces. The system shall include the following: air-handling unit (capable of maintaining precise temperature and humidity control within a 22 foot-4 inch (L) x 9 foot-10 inch (W) x 11 foot-7 inch (H) chamber room), water cooled internal refrigeration system, stainless steel internal ducting system to allow for central ceiling supply and returns that pick up low in the corners, controller package (steady-state or programmable capability / non-volatile program, set point, and PID storage / RS-232 serial interfaces / Windows-based software package for remote user interface and data-logging / alarm capability), digital high grade, thin film temperature compensated RH and temperature sensors/transmitters, safety devices (including over-temperature safety switch, low-water cutoff, and high refrigeration pressure cutoff), fluid cooler (including circulating pump, expansion tank, relief valves, and flow control). All equipment being installed within the inside of the building (including the environmental chamber room and adjacent spaces) shall meet with NAVOSH requirements for hazardous noise within manned spaces. Offeror will provide dBm readings of all proposed equipment. Offeror shall complete delivery, installation, and verification testing of successful operation within 12 weeks from date of award. Delivery is FOB destination at NEDU, 321 Bullfinch Road, Panama City, FL 32407. All existing equipment will be removed by NEDU personnel (including mechanical, heating/cooling, humidification / dehumidification, and controls). NEDU will provide all utility hook-ups (including electrical, plumbing, etc.). INSTRUCTIONS: SITE VISIT - Before submitting a proposal the offeror shall make an on-site visit to NEDU, 321 Bullfinch Road, Panama City, Florida 32407. The site visit will be held on August 21, 2008, at 0900 hours. Offerors shall confirm their attendance at least three days prior to the date of the site visit with Dale Hyde, 850-230-3148, and provide the following: Name of Company, Name of Visitor, Social Security Number and Citizenship for Each Visitor. The following provisions apply: 52.212-1, Instructions to Offeror's-Commercial; Commercial Items 52.212-2, Evaluation-Commercial Items-the evaluation factors are as follows listed in descending order of importance, unless otherwise stated: Factor 1 Technical: The evaluation shall consider offerors ability to meet salient characteristic specifications. Offerors shall provide a copy of the complete technical specifications. Offeror shall affirmatively address their ability to meet each of the specifications individually and address the ability to meet the desired delivery requirement. No pricing is to be provided in the technical information. Factor 2 Past Performance: Offerors shall provide three (3) references for product performance with name, telephone, fax and e-mail address. The Government may utilize other sources for past performance information as available. Factor 3 Price Offeror shall provide pricing of CLINs 0001, 0002, and 0003 to include warranty. The government will make a best value determination based on these factors. Intent is to award based on initial offers. If considered necessary by the contracting officer, discussions will be conducted only with those offerors determined to have a reasonable chance for award. Failure to address any of the instructions within this combined synopsis/solicitation may result in a proposal being considered unacceptable. AS A MINIMUM, OFFERS SHALL INCLUDE: (1) request for proposal number; (2) offerors name, address, point of contact, phone and fax numbers, e-mail address; (3)offerors DUNs number, CAGE code and TIN number; (4) documentation that shows the offerors current active registration in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make the offer ineligible for award; (5) offered delivery time; (6) completed copies of FAR 52.212-3; and (7) past performance data. The clause DFARS 252.211-7003 Item Identifier and Valuation and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this solicitation. The following clauses are applicable: 52.233-3, 52.233-4, 52.222-3, 52.222-19, 52.222-26, 52.222-36, 52.222-37, 52.222-50, and 52.232-33. The clause DFARS 252.212-7001 applies to this solicitation. The following clauses are applicable: 252.225-7001, 252.227-7015, and 252.227-7037. Responses must be received no later than 2:00 p.m. CST on August 29, 2008. Electronic proposals are encouraged to Robin Harasin at robin.harasin@navy.mil. Proposals may also be delivered to Navy Experimental Diving Unit, Attention: Robin Harasin, Contracting Officer, 321 Bullfinch Road, Panama City, FL 32407.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e45f65ff4e896dd7b693f28d422b9ed6&tab=core&_cview=1)
- Record
- SN01636584-W 20080813/080811225205-e45f65ff4e896dd7b693f28d422b9ed6 (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 |