SOLICITATION NOTICE
41 -- PURCHASE OF THERMOELECTRIC AIR CONDITIONER
- Notice Date
- 5/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- 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 (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-11-Q-PC2257
- Archive Date
- 6/3/2011
- Point of Contact
- James A Lassiter, Phone: (757)686-2149, Wray W. Bridger, Phone: (757)686-2104
- E-Mail Address
-
james.a.lassiter@uscg.mil, wray.w.bridger@uscg.mil
(james.a.lassiter@uscg.mil, wray.w.bridger@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request For Quote number RFQ HSCG44-11-Q-PC2257. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-51. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 333415. Due to this Acquisition being considered to be a Sole Source, Brand Specific Procurement it is not anticipated that the Contracting Officer will receive 2 or more Offers from qualified Small Business Concerns; therefore IAW FAR 19.502-2(a) This IS NOT A Small Business Set-A-Side. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the Items are to be "Named Brand" specific and therefore are to be manufactured by EIC Solutions, Inc. Only. Substitute proposed brands will NOT be considered for award. Requirement is for: 2 each of- -EIC Model #S442428-K1H-TS-E1683 Air Conditioned Enclosure, 44" high X 24" wide X 28" deep, NEMA 4X (outdoor use) configuration, welded stainless steel construction (Type 304, unpainted) 2 each of- -EIC Model #AAC-145-4XT-E-HC-M800 Modified Thermoelectric Solid State Air Conditioner with 1500 BTU/HR rating, NEMA 4X (indoor/outdoor use) configuration, 120VAC power *See Schedule B below for detailed descriptions. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Request for drawings/specs will be disregarded. Items are to be New items. Used or Refurbished items are not acceptable. Due to the compatibility and parts/logistical support of existing USCG Systems & Components it is required that the items are to be Brand Specific. Substitute proposed Brands will NOT be considered for award. Any Offerors that are authorized EIC Solotions Distributors are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to: CG Station Sault Ste Marie 408 Magazine St, Sault Sainte Marie, MI. 49783 FIRM FIXED Price Proposals may be submitted on company letterhead stationary and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. The closing date and time for receipt of offers is MAY/19/2011@7:00AM EST. Facsimile and Email quotes are acceptable and may be faxed to (757) 686-4018 or Emailed to the POC James A. Lassiter, Contracting Officer, james.a.lassiter@uscg.mil. *PLEASE NOTE* Interested Offerors are to provide Firm Fixed Prices and Delivery Information by MAY/19/2011@7:00AM EST. Delivery Information is to include the Shipping Terms the Offerer is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. Required Delivery Date is 30 Days ARO. Anticipated Award Date for the PO Contract is MAY/20/2011, this date is approximate and not exact. Schedule B: Line 1: 2 each of: EIC Model #S442428-K1H-TS-E1683 Air Conditioned Enclosure, 44" high X 24" wide X 28" deep, NEMA 4X (outdoor use) configuration, welded stainless steel construction (Type 304, unpainted) with: "Dual access" design (front and rear doors) Front door to be fully gasketed, hinged left, latched right (when looking from front side of door) Rear door to be fully gasketed, hinged right, latched left (when looking from front side of door) Customer to arrange special mounting bracket ultimately connecting to left side of box 3-point latch per door, stainless steel, with keylocking handle Std. 19" rack-mount rails on front and rear sides of enclosure Rack rails to have punched (not tapped) holes, for use with "clip-nuts" (included) Rack rails to be "side flange style", approx. 40" high, and horizontally-adjustable (front-to-rear) on uni-strut (customer to install 21U of equipment into enclosure) Four (4) grounding studs on doors and inside enclosure 3/4" foamboard insulation, foil-faced, installed throughout enclosure One (1) air conditioner cut-out centered on top of enclosure Installed on the TOP of each enclosure will be one (1) pc., EIC Model #AAC-145-4XT-E-HC-M800 Modified Thermoelectric Solid State Air Conditioner with 1500 BTU/HR rating, NEMA 4X (indoor/outdoor use) configuration, 120VAC power (6.3 amps), 9' power cord with plug (cord exits "cold side", or internal portion, of cooler), through-mount design (will protrude 4" into enclosure), special heating (800 watts) and cooling capabilities, built-in adjustable thermostat for cooling cycle (not to be set below 70F), built-in fixed-point thermostat for heating cycle ("on" at approx. 45F, "off" at approx. 55F), stainless steel covers, stainless steel mounting flange (13" wide X 20-1/4" deep), Neoprene mounting gasket, stainless steel mounting fasteners, construction to UL/CSA standards, patented design and 12 month warranty. Installed beneath the "cold side" (internal portion) of the air conditioner will be one (1) pc, #DP-145H condensate drip pan with fittings and length of flexible PVC drain tubing, properly plumbed within enclosure, including small drain line hole in bottom of enclosure (right rear corner). Installed above the "hot side" (ambient side) of the air conditioner will be one (1) pc, #RS-H rain shroud, stainless steel, with mounting bracket and fasteners, for horizontally-mounted 1500 BTU air conditioner (provides additional degree of protection from rain, ice, snow, sand, dirt, debris and vandalism). Excluded - mounting holes, mounting feet, print pocket, gland fittings Air conditioned enclosure ships completely assembled, ready to use PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE. The Following FAR Provisions apply to this Acquisition: FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items (a) Overall Best Value to the Government FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, Offerors should be registered in CCR The Following FAR Clauses apply to this Acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items The government intends to award a Purchase Order Contract resulting from this solicitation to the responsible bidder/offeror quotation conforming to the solicitation which will be most advantageous and Overall BEST VALUE to the Government, price and other factors considered. FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification,price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2011) to include Alt I (APR 2002). These certifications must be included with quote and can be accessed and downloaded via FedBizOps with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov FAR 52.212-4 Contract Terms and Conditions -Commercial Items (JUNE 2010) with the following addendas: FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR)(APR 2008). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (APR 2011), The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126),; FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006)(38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEPT 2010) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)(E.O. 12722,12724,13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. Justification for Other Than Full and Open Competition Pursuant to the requirements of the Competition in Contracting Act (CICA) as implemented by FAR Subpart 6.3, HSAR 3006.3, HSAM 3006.3, CGAP 1206.3, and in accordance with (IAW) requirements of FAR 6.303-1, the justification for the use of the statutory authority under FAR Subpart 6.302-1 is justified by the following facts and rationale required under FAR 6.303-2 as follows: 1) Agency and Contracting Activity: The US Coast Guard, Command, Control and Communications Engineering Center (C3CEN), proposes to purchase equipment on a basis other than full and open competition. 2) Nature and/or description of the action being approved: Procurement of brand specific and model specific equipment enclosure for Vessel Traffic Service Sault Ste. Marie, MI. 3) Description of Supplies: The proposed acquisition consists of the following: -EIC Model #S442428-K1H-TS-E1683 Air Conditioned Enclosure, 44" high X 24" wide X 28" deep, NEMA 4X (outdoor use) configuration, welded stainless steel construction (Type 304, unpainted) -EIC Model #AAC-145-4XT-E-HC-M800 Modified Thermoelectric Solid State Air Conditioner with 1500 BTU/HR rating, NEMA 4X (indoor/outdoor use) configuration, 120VAC power 4) Identification of the Statutory Authority Permitting Other Than Full and Open Competition: The statutory authority permitting other than full and open competition is 10 USC 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." Section (ii) "Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in- (AA) Substantial duplication of cost to the Government that is not expected to be recovered through competition..." is directly applicable. 5) Demonstration That the Nature of the Acquisition Requires Use of the Authority Cited: EIC Solutions enclosures utilizing thermoelectric solid state air conditioners are an essential part of Vessel Traffic Service Sault Ste Marie, MI, housing the electronics suites that support remote sensors used to ensure the safety of maritime traffic between Lake Superior, along the St. Mary's River, into Lake Michigan and Lake Huron. These enclosures are located at remote locations on the waterway that are inaccessible large portions of the year. EIC is the only company that manufactures a thermoelectric solid state air conditioner suitable for outdoor shelter use. The thermoelectric solid state air conditioner does not circulate the exterior air so outside contaminants do not enter the shelter. There are no filters to change, compressor parts, Freon gasses, or any of the items traditional air conditioners use that need to be monitored and maintained, making EIC Solutions enclosures with thermoelectric solid state air conditioners ideal for this application. 6) Description of Efforts Made to Ensure Offers are Solicited From as Many Potential Sources as Practicable: EIC Solutions are available from several sources of supply. This procurement will be advertised on FEDBIZOPS. 7) Determination by the Contracting Officer that the Anticipated Cost to the Government will be Fair and Reasonable: Fairness of price is based on past purchases of similar equipment. 8) Description of Market Research: EIC Solutions holds multiple patents on their thermoelectric solid state air conditioner. This equipment would be replaced only when it is no longer available, does not meet new VTS requirements, or cost increases substantially. 9) Any Other Facts Supporting the Use of Other Than Full and Open Competition: N/A 10) A Listing of the Sources, if Any, That Expressed, in Writing, An Interest in the Acquisition: EIC Solutions. 11) A Statement of the Actions, if Any, the Agency May Take to Remove or Overcome Any Barriers to Competition Before Any Subsequent Acquisition for Supplies or Services Required: N/A 12) This justification is accurate and complete to the best of my knowledge and belief. The anticipated cost to the Government is determined to be fair and reasonable. James A. Lassiterz Contracting Officer I certify this procurement meets the Government's minimum need and that the supporting data, which forms a basis for this justification, is complete and accurate to the best of my knowledge and belief. LTJG Derek M. Germuska Technical Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-11-Q-PC2257/listing.html)
- Place of Performance
- Address: 1825 STOUT DRIVE, WARMINSTER, Pennsylvania, 18974-9897, United States
- Zip Code: 18974-9897
- Zip Code: 18974-9897
- Record
- SN02446472-W 20110514/110512234648-13fea9cd1fc118e251ccb3efcaea1ccd (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 |