SOLICITATION NOTICE
41 -- Trane 100 Ton Chiller Plus Trailer - Pictures
- Notice Date
- 4/17/2014
- 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 the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-14-Q-B059
- Archive Date
- 5/14/2014
- Point of Contact
- Matthew Hagan, Phone: 3214949951, Craig S. Davis, Phone: 3214943668
- E-Mail Address
-
matthew.hagan.1@us.af.mil, craig.davis.1@us.af.mil
(matthew.hagan.1@us.af.mil, craig.davis.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Intended configuration Intended configuration Intended configuration Intended configuration This is a combined synopsis/solicitation for commercial items 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. The solicitation number FA2521-14-Q-B059 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a set-aside for small businesses only. The North American Industry Classification System (NAICS) code for this project is 333415 with a size standard of 750 employees. Item Description Qty Unit Unit Price Total Amount 0001 Trailer Mounted Chiller 1 Ea 1 each Trane 100 ton water cooled chiller. Part Number CGAM100F2**2AXD2A1A1A1DXXA1D1A2XXXX-XB1A3A1D1X-L-X. Trailer description and accessories include: 102 Inches Wide 20Ft long Adjustable Coupler Coupler: 2-5/16 inch DOT lighting package Ez lube Axles GVWR: 12,000 Lbs Rubrail & Stake Pockets Stake Pockets Under Warranty Wood Type: 2" Pine Axles- 6,000 Lbs Electric Breakaway Switch Flooring: Wood Jack Side Wind Drop Leg Sand Pad 7 Way RV plug Brakes Electric Deck Height-Loaded 36" Exterior Color Black The chiller is to be mounted and secured on the 20 foot trailer. This is a Brand Name acquisition for the chiller only. Please see the attached Brand Name J&A. The trailer may be any make and model as long as it complies with the features listed above. Estimated Delivery Time: Prefered 12 weeks, No later than 16 weeks Warranty: Standard Manufacturer Warranty FOB: Destination Ship to address: Building 822, Base Supply Patrick AFB, FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 29 April 2014 RFQ due time: 12:00 p.m. EST Fax RFQ to 321-494-1843 or e-mail to: matthew.hagan.1@us.af.mil 45th Contracting Squadron Attn: SSgt Matthew Hagan, FA2521-14-Q-B059 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB: Destination Shipping Cost included? ____ Yes _____ No All questions regarding this solicitation must be sent to SSgt Matthew Hagan at matthew.hagan.1@us.af.mil by 09:00 a.m. 25 April 2014. 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items (Jan 99), applies to this acquisition and the following evaluation is applicable: (a) 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; Lowest Price Technically Acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 13), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O00007) (Date 2012) (a) In accordance with section 514 of division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under and Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2013) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014 (Pub. L. 113-46), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.211-7003 Item Identification and Valuation (Jun 13) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Jun 12) 252.225-7001 Buy American and Balance of Payments Program (Dec 12) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.225-7035 Buy American-Free Trade Agreements-Balance of Payments Program Certificate (Nov 12) 252.227-7015 Technical Data--Commercial Items (Dec 11) 252.227-7037 Validation of Restrictive Markings on Technical Data (Jun 13) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.247-7023 Transportation of Supplies by Sea (Jun 13) Alternate III (May 02) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Nov 12) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-14-Q-B059/listing.html)
- Record
- SN03341758-W 20140419/140417235235-b2f8443ed2cf5fa4bce2c8dcc42e3810 (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 |