Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
SOLICITATION NOTICE

41 -- Environmental Control Units - A07 Provisions and Clauses

Notice Date
7/23/2018
 
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 Army, National Guard Bureau, 102 MSG/MSC, MA ANG, 158 REILLY STREET, RM 228, BOX 8, OTIS ANG BASE, Massachusetts, 02542-5028, United States
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-18-Q-6009
 
Archive Date
8/14/2018
 
Point of Contact
Kirk B. Wetherbee, Phone: 5089684977, Kerry A. Wells, Phone: 5089684978
 
E-Mail Address
kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil
(kirk.b.wetherbee.mil@mail.mil, kerry.a.wells2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A07 Provisions and Clauses 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; offers are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-18-Q-6009. This solicitation is issued as 100% Total Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 333415 and size standard is 1250 Employees. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-101 effective 20 Jul 2018 and DFARS Publication Notice 20180629 effective 29 Jun 2018. •1. Please provide the following items-BRAND NAME OR EQUAL: LINE ITEM 0001: 12KW (3.5 Tons) Environmental Control Unit with outdoor remote condenser (-20/+105 Ambient) - BRAND NAME Stulz Model CCU-121-A-U-EC & Stulz Model SCS-096-SEC remote condenser OR EQUAL 12KW (3.5 Tons) Environmental Control Unit with outdoor remote condenser (-20/+105 Ambient) ESSENTIAL SALIENT FEATURES:. Up flow - Front Filtered Grille. 3-way plenum discharge box w/ free front return. 208VOLT/3PHASE/60HZ. Non-fused Disconnect for evaporator. E2 unit mounted microprocessor control. Return Air Sensor (Factory mounted). BACNET MS/TP BMS card. Single circuit scroll compressor. Hot Gas Reheat. Steam humidifier. Condensate pump (field installed). Smoke Detector (factory mounted) QUANTITY: 2 EA ESTIMATED UNIT PRICE: $________________ ESTIMATED TOTAL PRICE: $_______________ //END LINE ITEMS// •2. EVALUATION FACTORS: This requirement is intended to be awarded as a single, firm-fixed price utilizing the method of Lowest-Price Technically Acceptable (LPTA). •3. ADDITIONAL INFORMATION: (1) In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award of a government contract. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (2) All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. •4. APPLICABLE PROVISIONS AND CLAUSES: All clauses and provisions are incorporated by reference and by full text on the attached provisions and clauses document. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full effect in any resultant award. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. Provisions and clauses applicable to this requirement can be viewed on attachment "A07 Provisions & Clauses." •5. SUBMITTAL REQUIREMENTS: Quote must include the following: Company Name, Address, Point of Contract information, Cage Code, DUNS Number, Federal Tax ID, Business size, Payment Terms, and Estimated Delivery/Install Date. •6. Quotes must be submitted via email no later than (NLT) the date and time specified to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and is submitted no later than the date and time specified. Any and all questions concerning this requirement must be submitted in writing to kirk.b.wetherbee.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-18-Q-6009/listing.html)
 
Place of Performance
Address: 102d Intelligence Wing, Otis ANGB, Massachusetts, 02542, United States
Zip Code: 02542
 
Record
SN05003419-W 20180725/180723231151-c9aea0ec630ffecb80bea231ee52a5b3 (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.