DOCUMENT
41 -- FAN COIL UNITS - VARIOUS SIZE & QTY - Printable Copy
- Notice Date
- 12/10/2008
- Notice Type
- Printable Copy
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-09-Q-40446
- Archive Date
- 1/6/2009
- Point of Contact
- Ramona L. Vazquez,, Phone: 410-762-6784, Sharon Byrd,, Phone: 410-762-6491
- E-Mail Address
-
Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- (i)This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii)Solicitation number HSCG40-09-Q-40446 applies, and is issued as a Request for Quotation. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. (iv)This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 333415 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, ACN 4140-01-LG9-2421, FAN – COIL UNIT, SIZE 02, VERTICLE CABINET, R.H., 4 ROW HEATING/COOLING COILS, 115V/60HZ/1PH, COLOR TO BE TAN, FREE DISCHARGE FAN MOTOR, 144 FINS PER FOOT, MANUAL AIR VENT WITH DISCONNECTED SWITCH, LOCKING PANEL, KEYLOCK ACCESS DOOR WITH LEVELING FEET, FRONT BAR GRILLE RETURN, TOP BAR GRILLE SUPPY, 1" THROWAWAY PLEATED MEDIA FILTER + 1 EXTRA (FLD), 3 WAY, 2 POSITION, NORMALLY CLOSED CONTROL VALVE, DELUXE BALL VALVE (SUPPLY) AND MANUAL CIRCUIT SETTER RETURN, FACTORY MOUNTED CONTROLLER-ZN010, UNIT-MOUNTED ZONE SENSOR MODULE, OALMH FAN MODE SWITCH AND SETPOINT DIAL., Quantity: 5 EA, DESIRED DELIVERY DATE 1/15/09; ITEM 002, ACN 4140-01-LG9-4503, FAN-COIL UNIT, SIZE 06, VERTICAL CABINET, R.H., 4 ROW HEATING/COOLING COILS, 115V/60HZ/1 PH, COLOR TO BE TAN, FREE DISCHARGE FAN MOTOR, 144 FINS PER FOOT, MANUAL AIR VENT WITH DISCONNECTED SWITCH, LOCKING PANEL, KEYLOCK ACCESS DOOR WITH LEVELING FEET, FRONT BAR GRILLE RETURN, TOP BAR GRILLE SUPPLY, 1" THROWAWAY PLEATED MEDIA FILTER + 1 EXTRA (FLD), 3 WAY, 2 POSITION, NORMALLY CLOSED CONTROL VALVE, DELUXE BALL VALVE (SUPPLY) AND MANUAL CIRCUIT SETTER RETURN, FACTORY MOUNTED CONTROLLER-ZN010, UNIT MOUNTED ZONE SENSOR MODULE, OALMH FAN MODE SWITCH AND SETPOINT DIAL. Quantity 6 EA, DESIRED DELIVERY DATE 1/15/09; ITEM 0003, ACN 4140-01-LG9-4504, FANCOIL UNIT, SIZE 06, HORIZONTAL CABINET, L.H., 3 ROW HEATING/COOLING, 115V/60HZ/1PH, COLOR TO BE TAN, FREE DISCHARGE FAN MOTOR, 144 FINS PER FOOT, MANUAL AIR VENT WITH DISCONNECTED SWITCH, LOCKING PANEL, KEYLOCK ACCESS DOOR WITH LEVELING FEET, FRONT BAR GRILLE RETURN, TOP BAR GRILLE SUPPLY, 1" THROWAWAY PLEATED MEDIA FILTER + 1 EXTRA (FLD), 3 WAY, 2 POSITION, NORMALLY CLOSED CONTROL VALAVE, DELUXE BALL VALVE 9SUPPLY) AND MANUAL CIRCUIT SETTER RETURN, FACTORY MOUNTED CONTROLLER-ZN010, UNIT-MOUNTED ZONE SENSOR MODULE, OALMH FAN MODE SWITCH AND SETPOINT DIAL. Quantity 1 EA, DESIRED DELIVERY DATE 1/15/09; ITEM 0004, ACN 4140-01-LG9-4505, FAN COIL UNIT, SIZE 06, HORIZONTAL CABINET,R.H., 3 ROW HEATING/COOLING COILS, 115V/60HZ/1PH, COLOR TO BE TAN, FREE DISCHARGE FAN MOTOR, 144 FINS PER FOOT, MANUAL AIR VENT WITH DISCONNECTED SWITCH, LOCKING PANEL, KEYLOCK ACCESS DOOR WITH LEVELING FEET, FRONT BAR GRILLE RETURN, TOP BAR GRILLE SUPPLY, 1" THROWAWAY PLEATED MEDIA FILTER + 1 EXTRA (FLD), 3 WAY, 2 POSITION, NORMALLY CLOSED CONTROL VALVE, DELUXE BALL VAVLE (SUPPLY) AND MANUAL CIRCUIT SETTER RETURN, FACTORY MOUNTED CONTROLLER-ZN010, UNIT-MOUNTED ZONE SENSOR MODULE, OALMH FAN MODE SWITCH AND SETPOINT DIAL. Quantity 1 EA, DESIRED DELIVERY DATE 1/15/09; ITEM 0005, ACN 4140-01-LG9-2466, FAN COIL UNIT, SIZE 08, HORIZONTAL CABINET, R.H., 3 ROW HEATING/COOLING COILS, 115V/60HZ/1PH, COLOR TO BE TAN, FREE DISCHARGE FAN MOTOR, 144 FINS PER FOOT, MANUAL AIR VENT WITH DISCONNECTED SWITCH, LOCKING PANEL, KEYLOCK ACCESS DOOR WITH LEVELING FEET, FRONT BAR GRILLE RETURN, TOP BAR GRILLE SUPPY, 1" THROWAWAY PLEATED MEDIA FILTER + 1 EXTRA (FLD), 3 WAY, 2 POSITION, NORMALLY COLSEDCONTROL VALVE, DELUXE BALL VALVE (SUPPLY) AND MANUAL CIRCUIT SETTER RETURN, FACTORY MOUNTED CONTROLLER-ZN010, UNIT-MOUNTED ZONE SENSOR MODULE, OALMH FAN MODE SWITCH AND SETPOINT DIAL. Quantity 1 EA, DESIRED DELIVERY DATE 1/15/09; ITEM 0006, ACN 4140-01-LG9-2464, FAN COIL UNIT, SIZE 04, HORIZONTAL CABINET, R.H., 3 ROW HEATING/COOLING COILS, 115V/60HZ/1PH, COLOR TO BE TAN, FREE DISCHARGE FAN MOTOR, 144 FINS PER FOOT, MANUAL AIR VENT WITH DISCONNECTED SWITCH, LOCKING PANEL, KEYLOCK ACCESS DOOR WITH LEVELING FEET, FRONT BAR GRILLE RETURN, TOP BAR GRILLE SUPPY, 1" THROWAWAY PLEATED MEDIA FILTER + 1 EXTRA (FLD), 3 WAY, 2 POSITION, NORMALLY COLSEDCONTROL VALVE, DELUXE BALL VALVE (SUPPLY) AND MANUAL CIRCUIT SETTER RETURN, FACTORY MOUNTED CONTROLLER-ZN010, UNIT-MOUNTED ZONE SENSOR MODULE, OALMH FAN MODE SWITCH AND SETPOINT DIAL. Quantity 1 EA, DESIRED DELIVERY DATE 1/15/09; ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. **** (vi)CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1” min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii)Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (viii)The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current home numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix)52.212-2 Evaluation-Commercial Items (Jan 1999). – Delivery and pricing are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Delivery is slightly more important than price. The evaluation and award procedures in FAR 13.106 apply. (x)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 included are to be submitted with your offers. (xi)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2008). The following clauses listed in 52.212-5 are incorporated: a.52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) b.52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)) c.52.222-3 Convict labor (June 2003) (E.O. 11755) d.52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755) e.52.222-21, Prohibition of Segregated Facilities (Feb 1999) f.52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g.52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) h.52.222-50, Combating Trafficking in Persons (Aug 2007) i.52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169). j.52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). k.52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l.The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii)See additional documents for scanned copies of each item requested. (xiv)QUOTES ARE DUE BY 2:00 PM EST on December 22, 2008. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv)POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7a25254aa35affec3c90464b36490eb&tab=core&_cview=1)
- Document(s)
- Printable Copy
- File Name: 11 page printable copy in pdf format. (HSCG40-09-Q-40446.pdf)
- Link: https://www.fbo.gov//utils/view?id=8b17a97af387ef1b3e72592248ce7596
- Bytes: 2,958.27 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 11 page printable copy in pdf format. (HSCG40-09-Q-40446.pdf)
- Place of Performance
- Address: UNITED STATES COAST GUARD, ENGINEERING LOGISTICS CENTER, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01716705-W 20081212/081210220428-b7a25254aa35affec3c90464b36490eb (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 |