Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2020 SAM #6849
SOLICITATION NOTICE

41 -- DUNHAM-BUSH HVAC CHILLERS AND TRAILERS

Notice Date
8/28/2020 3:45:15 AM
 
Notice Type
Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
NAVFAC ENGINEERING COMMAND MARIANAS FPO AP 96540-2937 USA
 
ZIP Code
96540-2937
 
Solicitation Number
N4019220Q7124
 
Response Due
9/8/2020 9:00:00 PM
 
Archive Date
09/24/2020
 
Point of Contact
AUBREEANA TAYLOR, Phone: 6713664257, Stephen M. Pastore, Phone: 6713662912
 
E-Mail Address
aubreeana.taylor@us.af.mil, stephen.pastore@us.af.mil
(aubreeana.taylor@us.af.mil, stephen.pastore@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DATE:� 28�AUGUST 2020 THE PURPOSE OF THIS MODIFICAITON IS TO PROVIDE ANSWERS TO REQUESTS FOR INFORMATION RECEIVED AS OF 28 AUG 2020 THIS IS A BRAND-NAME REQUIREMENT I. �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and the procedures of FAR Part 13 and FAR Part 15 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are requested and a written solicitation will not be issued. II. This solicitation is issued as a Request for Quotation (RFQ), solicitation number N4019220Q7124, Dunham Bush HVAC Chillers and Trailers, 36 Civil Engineering Squadron (36 CES), Andersen Air Force Base, Guam.� III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08, effective date 14 July 2020. The full text of all provisions and clauses reference in this solicitation can be accessed electronically at https://www.acquisition.gov/browse/index/far. IV. This acquisition is set aside 100% for small businesses. The North American Industrial Classification System (NAICS) code is 333415 and the small business size standard is 1,250 employees. V. �Potential vendors are to quote on the following Contract Line Item: The government intends to award a firm-fixed price contract for the following contract line item description, quantity and unit of issue: CLIN: 0001 DESCRIPTION: DUNHAM BUSH 90 TON �HVAC Chiller FOR INSTALLATION ON TRAILER QUANTITY: 1 UNIT OF ISSUE: EACH� CLIN: 0002 DESCRIPTION: TRAILER FOR 90 TON HVAC CHILLER, DECK OVER TYPE QUANTITY: 1 UNIT OF ISSUE: EA CLIN: 0003 DESCRIPTION: DUNHAM BUSH 15 TON �HVAC Chiller PACKAGE UNIT FOR INSTALLATION ON TRAILER QUANTITY: 1 UNIT OF ISSUE: EA CLIN: 0004 DESCRIPTION: TRAILER FOR 15 TON HVAC CHILLER, DECK OVER TYPE QUANTITY: 1 UNIT OF ISSUE: EA CLIN: 0005 DESCRPTION: ONE-YEAR PARTS AND SERVICE WARRANTY QUANTITY: 1 UNIT OF ISSUE: EA CLIN: 0006 DESCRIPTION: SHIPPING TO GUAM (FOB Destination) QUANTITY: 1 UNIT OF ISSUE: EA Warranty: The Contractor shall provide one-year parts and labor. Labor service must be available on site, Andersen AFB, Guam. Manufacturer will replace any part or parts found to be defective under normal use and service due to defects in material or workmanship. Only genuine original equipment manufacturer (OEM) replacement parts may be used for warranty replacement. All items are to be shipped via ground/sea to the below address. All boxes/exterior of shipped items will be marked with POC indicated below. VI. All material requirements must be met as stated in Attachment 1, SPECIFICATIONS.� Items shall be delivered to the shipping address stated in Attachment 1, SPECIFICATIONS, and FOB Destination. VII. FAR 52.212-1, Instructions to Offerors--Commercial Items (Mar 2020) applies to this acquisition. VIII. FAR 52.212-2, Evaluation--Commercial Items (Oct 2014), applies to this acquisition. 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: Technical acceptability of the item offered to meet the Government requirement; Delivery of the required item(s) Past Performance Price TECHNICAL CRITERIA RATINGS RATING DEFINITION Acceptable: The quote meets the minimum requirements of the solicitation and the specifications provided. Unacceptable: The quote does not meet the minimum requirements of the solicitation Technical acceptability: Technical acceptability will be based on the salient characteristics of the requested items. All quoted items must match the salient characteristics sheet provided. If the offeror�s quote does not fulfill the salient characteristics of the items and is deemed technically unacceptable, that quote will not be considered. Delivery: the offeror must state with their quote that they can meet the delivery time of 90 days after receipt of award in accordance with Attachment 1, SPECIFICATIONS. Failure to provide an affirmative delivery date is cause for an unacceptable rating. Past Performance: Offerors are required to submit a minimum of one (1) and a maximum of three (3) past performance records for the same or similar work experience. The record shall clearly identify the agreement, contract, purchase order or any acceptable commercial past practice where the parties agreed to perform the work. The past performance record can be from the local industry or from a government requirement previously worked. The past performance record shall be current and/or within the last 5 consecutive years. The record shall clearly indicate how you performed on the job. All past performance records shall be readably available for verification.�� Price: The lowest priced quote will be evaluated for technical acceptability. If the lowest priced quote is found technically acceptable, the award will be made without further consideration. If the lowest quote is deemed technically unacceptable, the next lowest quote will be evaluated for technical acceptability, and so on until an award can be made to the lowest priced technically acceptable quote. X. FAR 52.212-3, Offeror Representations and Certifications � Commercial Items � Alternate I (Oct 2014) is included in this solicitation. Offerors must include a completed copy of this provision with its offer. XI. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. No addenda to this clause. XII. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020), applies to this acquisition.� These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.219-6, Notice of Total Small Business Aside (Mar 2020); FAR 52.222-3, Convict Labor (Jun 2003);� FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); FAR 52.222-50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-1, Buy American Act- Supplies (May 2014); FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) XIII. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016); FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) ; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011); DFARS 252.204-7006, Billing Instructions (Oct 2005); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (Dec 2018); DFARS 252.232-7010, Levies on Contract Payments (Dec 2006); DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013); DFARS 252.247-7023, Transportation of Supplies by Sea � Basic (Feb 2019); FAR 52.212-1, Instructions to Offerors--Commercial Items - XIV. RFI QUESTIONS AND ANSWERS On the RFQ you are asking for factory coated coils on the 15 ton chiller, but not on the 90 ton chiller. Please clarify.�Copper to copper is acceptable. The 15 ton unit should read from chiller to now read 15 ton package unit. This contract is asking for a 90 day delivery upon award. This is not feasible with the extra shipping time required due to COVID-19.� 180 calendar days is acceptable. Delivery to read from 90 days from award to now read 180 days. Addendum for Offeror Instructions I. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/SAM/ to be considered for award. Quote must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award �care of� will not be accepted. All quotes must include registered DUNS, CAGE code, Tax ID, and small business status. II. Submit quote via email to Aubreeana Taylor at aubreeana.taylor@us.af.mil. Submittal of multiple quotes will not be accepted. A Response to this RFQ must be received via e-mail no later than 2:00 P.M. Chamorro Standard Time (ChST) on 09 September 2020. Oral quotes will not be accepted. Emailed quotes must be received at the stated addressee email inbox on time and the addressee must be able to open the email and all attachments. No other email receipt will be capable. The Government does not accept responsibility for non-receipt of quotes. It is the vendor�s responsibility to request and receive confirmation of quote receipt. III. Please send any questions to the email provided above for information regarding this solicitation no later than 2:00 P.M. ChST on 04 September 2020. END OF SOLICITATION
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d426c0800c774d19b8aa0b0cfabc30e5/view)
 
Place of Performance
Address: GU 96929, USA
Zip Code: 96929
Country: USA
 
Record
SN05778029-F 20200830/200831093746 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.