Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2010 FBO #2973
SOLICITATION NOTICE

Y -- Condenser, Heat Pump, Fan Coils, Refrigerant, and Installation - Performance Work Statement

Notice Date
1/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
RFQ-F3P3BD9343A001
 
Point of Contact
Robert J. Walz, Phone: 210-652-9106, Vivian Fisher, Phone: 210 652-5171
 
E-Mail Address
robert.walz@randolph.af.mil, vivian.fisher@randolph.af.mil
(robert.walz@randolph.af.mil, vivian.fisher@randolph.af.mil)
 
Small Business Set-Aside
Emerging Small Business
 
Description
PERFORMANCE WORK STATEMENT (PWS) Contracting Office Address 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 Description Design and Engineer a Package Heat Pump System for a KC-135 Aircraft, including installation. The 12th Contracting Squadron at Randolph AFB intends to award a contract to Design and Engineer a Package Heat Pump System. The contractor shall provide all personnel, transportation, equipment, tools, labor, supplies, materials, and supervision, required to design, engineer and install the Air Condition/Heat Pump Unit to a KC-135E (Speckled Trout) aircraft at the 344th TRS/CEA COE at Medina Annex, San Antonio, Texas. Trainer is located in a large parking lot on the corner of Medina Base Road and Apollo Drive. See statement of work and specifications for items listed in the Description of Supplies. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as request for quotation (RFQ) number F3P3BD9343A001. This requirement is a 100% emerging small business set-aside. The government intends to award a firm-fixed price contract to the responsible offeror submitting the quote that provides the best value to the government. The clauses and incorporated provisions of this solicitation document are those in effect through Federal Acquisition Circulars as of posting date. The associated North American Industry Classification System Code (NAICS) is 238220; size standard $14,000,000. A Firm Fixed Priced Award will be in accordance with the following: DESCRIPTION OF SUPPLIES/SERVICES Following items will be provided: CLIN: 0001 Description: Condenser, Heat Pump, 3 Ton. Quantity: Three (3) CLIN: 0002 Description: Fan Coils Quantity: Nine (9) CLIN: 0003 Description: Refrigerant Line Quantity: Nine (9) CLIN: 0004 Description: Installation at Lackland Medina Annex Quantity: Three (3) CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. 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 Evaluation (Technical Proposal) Offerors shall demonstrate the ability to comply with all the requirements of the attached Performance Work Statement to include design approach and product specifications. Any submittals that do not demonstrate the clear ability to meet the criteria specified will be determined technically unacceptable and will be eliminated from the competition. The technical proposal shall demonstrate the ability to convey supplies and services set forth in the attached Performance Work Statement; according to specifications indentified in this combined synopsis/solicitation that provides the best value to the government. Offeror must meet the needs of the government and submit the specifications of the product that will be provided. Any proposed product that does not meet the required specifications will be determined technically unacceptable and will be eliminated from the competition. (2) Price (Price Proposal) Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on competitive offers. Interested parties capable of providing the above must submit a written price quote to include discount terms, Cage Code, DUNS number, and Tax Identification Number. Responses to this notice shall be provided in writing to Robert J. (Joe) Walz via email: robert.walz@randolph.af.mil or Vivian Fisher via email: vivian.fisher@randolph.af.mil no later than 12:00 PM CST on Thursday, 21 January 2010. 1. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This requirement is being offered for nation-wide competition as a 100% Emerging Small Business set-aside. The associated North American Industry Classification System Code (NAICS) is 238220; and the size standard is $14.0M. This combined synopsis/solicitation is NOT to be construed as a commitment by the Government. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-20 Notice of Emerging Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor--Cooperation With Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts; 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.246-4 Inspection of Services-Fixed-Price; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; Section 508 Rehab Statement; WAWF Invoicing information; and any local clauses/statements as necessary. 3. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 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 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. This is a competitive best value acquisition. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 4. The Government reserves the right to award to other than the lowest price quote/offeror if the lowest price quote/offeror is determined to be technically unacceptable. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. 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 requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the 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.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes must be received no later than 21 JANUARY 2010, 1200 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offerors will not be considered. Point of Contact Robert J. Walz, Contract Specialist, Phone 210-652-9106, Fax 210-652-7486, Email robert.walz@randolph.af.mil Place of Performance 344th TRS/CEA COE at Medina Annex, San Antonio, Texas. The plane is located on Medina Annex on the corner of Medina Base Road and Apollo Drive. Directions to the site are as follows: from 410 (in either direction) take the Valley High exit and turn west on Valley Hi Drive; left on Ray Ellison; right on Medina Base Road (main gate of Medina Annex); once through the gate turn right on Apollo Drive and airplane is on the immediate right. The site visit will be on the morning of Friday the 15th of January at 10:00 AM. Those wishing to attend must RSVP to point of contact for site visit: Vivian Fisher (210) 652-8596. vivian.fisher@randolph.af.mil Please supply: Company name Names of visitors Telephone number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/RFQ-F3P3BD9343A001/listing.html)
 
Place of Performance
Address: 344th TRS/CEA COE at Medina Annex, Lackland Air Force Base, San Antonio, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02040056-W 20100114/100112234522-b00fa0b216468ff37527cffe012dddc8 (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.