SOLICITATION NOTICE
43 -- Remove and replace 2 Compressors on a York Chiller pe the Statement of Work (SOW)
- Notice Date
- 8/28/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 161 ARW/MSC, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
- ZIP Code
- 85034-7263
- Solicitation Number
- W912L2-13-T-1011
- Response Due
- 9/6/2013
- Archive Date
- 10/27/2013
- Point of Contact
- Timothy L. Garrity, (602) 302-9049
- E-Mail Address
-
161 ARW/MSC
(timothy.garrity@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR PART 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912L2-13-T-1011, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238220 and the small business size standard is $14.0M. In accordance with FAR 52.232-18, Availability of Funds, funds are not currently available for this project. The following commercial items are requested in this solicitation: The 161st Air Refueling Wing (ARW) intends to award a single, firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to remove and replace two (2) Scroll Compressors (number 2 and number 4 compressors), and locate/repair refrigerant leak on a York Chiller Model Number YCAL0070EC46XCASSD, Serial Number: SDMM-950420 located at Bldg. 25 at the 161st ARW, Arizona Air National Guard Base, 3200 E. Old Tower Rd., Phoenix, AZ. 85034 per the Statement of Work LINE ITEM 0001: Supply Two (2) new Copeland Scroll Compressors Model No. ZR16M3-TWD-722 (Or Equal) to replace numbers 2 and 4 compressors for York Chiller Model No.YCAL0070EC46XCASSD Serial No. SDMM-950420 LINE ITEM 0002: Supply all required R-22 Refrigerant, Refrigerant oil, Liquid Driers, Filters, Oil Analysis, Service Valves, compressor numbers 2 and 3 crankcase heaters and Misc Copper Fittings necessary for the replacement, installation and operation for York Chiller Model No.YCAL0070EC46XCASSD Serial No. SDMM-950420. LINE ITEM 0003: Provide startup and verification of proper system operation, verification of Zero Refrigerant leaks of both compressor circuits plus provide (2) two follow on filter changes with oil analysis and warranty of 1 years parts and 1 year labor for York Chiller Model No.YCAL0070EC46XCASDTXL Serial No. SDMM-950420 located at Bldg. 25 located at the 161st ARW, Arizona Air National Guard Base, 3200 E. Old Tower Rd., Phoenix, AZ. 85034 Basis of Award is Best Value: A quote which represents best value is one that conforms to the Government's Statement of Work at a reasonable and competitive price, and supplies a competitive delivery schedule. The Government has scheduled a site visit for all interested vendors on Tuesday, September 3rd, 2013 at 9:00 AM. The site visit will be held at the 161st Air Refueling Wing in Phoenix. The address is: 161 ARW, 3200 E. Old Tower Road Phoenix, AZ 85034-7263. Please contact the POC below if you require driving directions. All firms or individuals responding must be registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM SAM registrations must indicate that their Online Representations and Certifications Application (ORCA) are small business. To complete ORCA registrations, go to https://www.sam.gov/portal/public/SAM All responsive offerors will be considered by the agency. The following provisions and clauses are applicable to the solicitation: FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms and Condition - Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.219-1 Alt I - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Veterans FAR 52.222-42 - Statement of Equivalent Rates For Federal Hires FAR 52.222-50 - Combating Trafficking in Persons FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 - Changes - Fixed Price Alt I FAR 52.246-1 - Contractor Inspection Requirements FAR 52.247-34 - FOB Destination FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.201-7000 - Contracting Officer's Representative DFARS 252.203-7000- Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - System for Award Management DFARS 252.209-7995 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2013 Appropriations. DFARS 252.225-7001 - Buy American Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010- Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 - Pricing of Contract Modifications. DFARS 252.247-7023 - Transportation of Supplies by Sea - Alt III FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at https://www.sam.gov/portal/public/SAM/ to register. Basis of Award is Best Value: A quote which represents best value is one that conforms to the Government's Statement of Work at a reasonable and competitive price, and offers a competitive delivery schedule. The technical standards applicable to this requirement are: See attached Statement of Work (SOW) for details. Provide enough information so the Government can make a determination that your quote meets the Government's needs and conforms to the Statement of Work. You will not have additional opportunities to submit information after the closing date and time for quotes. Failure to provide enough information for the Government to make a determination that your quote is technically acceptable by the closing date and time for quotes will result in no further consideration given to your quote. All questions and quotes must be directed to the point of contact (POC) for this solicitation: Timothy Garrity, Contract Officer at: timothy.garrity@ang.af.mil Answers to questions will be posted to FEDBIZOPPS as amendments to the solicitation. All quotes must be sent electronically to: Timothy Garrity at email: timothy.garrity@ang.af.mil Responses will not be accepted after One O'clock Eastern Standard Time (1PM EST) in the afternoon on Friday, September 6th, 2013. Quotes are required to be received not later than 1PM EST, Friday, September 6th, 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-1/W912L2-13-T-1011/listing.html)
- Place of Performance
- Address: 161 ARW/MSC ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
- Zip Code: 85034-7263
- Zip Code: 85034-7263
- Record
- SN03166669-W 20130830/130829000820-e9ce783fb8c0947f51e78562b3727c56 (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 |