SOLICITATION NOTICE
41 -- Portable Air Conditioners for RF/EMI Shielded COMM Tent Enclosures
- Notice Date
- 9/24/2014
- 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, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1AF1B4256AC03
- Archive Date
- 10/14/2014
- Point of Contact
- KYLE R. BLAKE, USAF, Phone: 240-612-6193, PAUL A. SCHIELE, MSgt USAF, Phone: 240-612-6182
- E-Mail Address
-
kyle.r.blake5.civ@mail.mil, paul.a.schiele.mil@mail.mil
(kyle.r.blake5.civ@mail.mil, paul.a.schiele.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Reference No. F1AF1B4256AC03 using the Simplified Acquisition Procedures in accordance with FAR Part 13 guidelines. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. The proposed contract action is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 333415 with a size standard of 750 employees. All responsible sources may submit an offer to be considered by the agency. The Government will award a Firm-Fixed-Price contract for the required equipment for the Secretary of Defense's Executive Travel Team. The following salient characteristics must be met at a minimum. REQUIREMENTS FOR QUOTE: CLIN 0001 - The following characteristics are required for 6 EA portable air conditioning units for use with RF/EMI shielded tent enclosures up to 9' x 9' x 7': • Cooling BTUs: ≥10,000 • Max noise: 43db • Max wattage: 1175 • Power: 110-220VAC, 50-60Hz dual voltage capable • Weight: ≤ 70lbs • CFM: ≥ 400 • Unit cabinet length x width x height in inches ≤ 5,250 cubic inches • AC outlet hose: 5 in diameter, collapsible, 12 ft. length extended • AC inlet hose (recycled air): 5 in diameter, collapsible, 12 ft. length extended • Hot exhaust air hose: 5 in diameter, collapsible, 12 ft. length extended • Controls: Temperature and fan speed controlled without a remote control • Full self-evaporating • Fan-only mode • Dehumidifying mode • User Manual / Technical Data • Warranty ≥ 1 year from date of delivery acceptance CLIN 0002 - The following characteristics are required for 2 EA portable air conditioning units suitable for use with a 9' x 12' x 7' RF/EMI shielded tent enclosure: • Cooling BTUs: ≥15,000 • Max noise: 43db • Max wattage: 1175 • Power: 110-220VAC, 50-60Hz dual voltage capable • Weight: ≤ 70lbs • CFM: ≥ 400 • Unit cabinet length x width x height in inches ≤ 5,250 cubic inches • AC outlet hose: 5 in diameter, collapsible, 12 ft. length extended • AC inlet hose (recycled air): 5 in diameter, collapsible, 12 ft. length extended • Hot exhaust air hose: 5 in diameter, collapsible, 12 ft. length extended • Controls: Temperature and fan speed controlled without a remote control • Full self-evaporating • Fan-only mode • Dehumidifying mode • User Manual / Technical Data • Warranty ≥ 1 year from date of delivery acceptance DELIVERY INFORMATION: Items shall be priced FOB destination. DELIVERY DATE: 45 days after date of contract. Contractor must provide an affirmative statement of their ability to meet the delivery requirement of 45 days after date of contract. DELIVERY ADDRESS: 1223 Menoher Dr. Joint Base Andrews, MD 20762 CLAUSES & PROVISIONS: It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. THE FOLLOWING PROVISIONS ARE APPLICABLE: 52.212-1 - INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS. Instructions to Offerors -- Commercial Items is hereby incorporated. Addendum to FAR Provision 52.212-1 applies to this acquisition is as follows: The contractor shall submit their quote on company letterhead to including solicitation number; contact name; address; telephone number of the offeror; unit price; extended price; any discount terms; cage code, DUNS number; tax identification number (TIN); and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.212-2 - EVALUATION -- COMMERCIAL ITEMS. EVALUATION PROCEDURES. The Government will award a contract resulting from this solicitation on the basis of a ‘Lowest Price Technically Acceptable' (LPTA) approach. An award will be made to the lowest evaluated offer from a responsible offeror that is technically acceptable. The Government may communicate with an offeror in order to clarify or verify information submitted in their offer. 52.212-3 - OFFERORS REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS. All offerors must submit representations and certifications in accordance with this provision along with their offer. This provision can be downloaded from the internet via http://farsite.hill.af.mil/ or from https://www.sam.gov/. Offerors that fail to furnish the required representation information or that reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6 - Protecting the Governments' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.222-3 - Convict Labor; FAR 52.222-19 - Child Labor -- Cooperation with Authorities and Remedies; FAR 52.222-21 - Prohibition of Segregated Facilities; FAR 52.222-26 - Equal Opportunity; FAR 52.222-36 - Affirmative Action for Workers with Disabilities; FAR 52.223-18 - Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1 - Buy American Act - Supplies; FAR 52.225-13 - Restrictions on Certain Foreign Purchases; FAR 52.232-33 - Payment by Electronic Funds Transfer -- System for Award Management; and FAR 52.247-64 - Preference for Privately Owned U.S.-Flag Commercial Vessels. 52.252-1 - SOLICITATION PROVISIONS INCORPORATED BY REFERENCE. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.af.mil/ FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. PROVISIONS INCORPORATED BY REFERENCE: 52.225-18 - Place of Manufacture 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-5 - Authorized Deviations in Provisions CLAUSES INCORPORATED BY REFERENCE: 52.202-1 - Definitions 52.203-3 - Gratuities 52.203-6 - Alternate 1 - Restrictions on Subcontractor Sales to the Government 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions 52.203-17 - Contractor Employee Whistle blower Rights and Requirements to Inform Employees of Whistle Blower Rights 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-7 - Alternate 1 - System for Award Management Registration Deviation 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.211-17 - Delivery of Excess Quantities 52.212-4 - Contract Terms and Conditions - Commercial Items 52.219-6 - Alternate 1 - Notice of Total Small Business Set-Aside 52.222-35 - Alternate 1 - Equal Opportunity for Veterans 52.222-37 - Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.223-11 - Ozone-Depleting Substances 52.223-12 - Refrigeration Equipment and Air Conditioners 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or transactions relating to Iran - Representation to and Certifications 52.232-1 - Payments 52.232-39 - Unenforceability of Unauthorized Obligations 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.243-1 - Changes -- Fixed Price 52.244-6 - Subcontracts for Commercial Items 52.247-34 - F.O.B. Destination 52.252-6 - Authorized Deviations in Clauses 52.253-1 - Computer Generated Forms 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7004 - Alternate A, System for Award Management 252.204-7006 - Billing Instructions 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information 252.212-7001 - Contract Terms and Conditions Required to Implement Statues or Executive 252.223-7008 - Prohibition of Hexavalent Chromium 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.232-7006 - Wide Area Workflow Payment Instructions THE FOLLOWING LOCAL CLAUSES APPLY TO THIS ACQUISITION: 5352.201-9101 - OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Col. Edward Keller, 1500 W Perimeter RD Suite 5750, Joint Base Andrews MD 20762, Phone # 240-612-6111. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. NOTE: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-82203 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices shall be submitted electronically through Wide Area Work Flow. You can register at https://wawf.eb.mil. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. THE CONTRACTING OFFICE ADDRESS IS AS FOLLOWS: AFDW/PKI 1500 W. Perimeter Rd. Ste. 2750 Andrews AFB, MD 20762 All questions concerning this solicitation should be addressed to Kyle R. Blake, Contract Specialist, Phone (240) 612-6193, via e-mail to kyle.r.blake5.civ@mail.mil, no later than 26 September 2014, 2:00 P.M. Eastern Daylight Time (EDT). An alternate contact is MSgt Paul A. Schiele, Contracting Officer, Phone (240) 612-6182 or e-mail paul.a.schiele.mil@mail.mil. All written quotes must be received by 4:30 P.M. Eastern Daylight Time (EDT) on 29 September 2014 by e-mail to kyle.r.blake5.civ@mail.mil. An official authorized to bind your company must sign and date the proposal. As a reminder, please include your CAGE code and DUNS number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1AF1B4256AC03/listing.html)
- Place of Performance
- Address: 1223 Menoher Dr., Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN03525867-W 20140926/140925000837-4355e8999c7ec9a04c210674fa686a2b (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 |