SOLICITATION NOTICE
41 -- WALK IN COOLERS AND FREEZERS FOR TN NATIONAL GUARD VTS-MILAN
- Notice Date
- 8/17/2022 10:26:09 AM
- Notice Type
- Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- W7N1 USPFO ACTIVITY TN ARNG NASHVILLE TN 37204-1502 USA
- ZIP Code
- 37204-1502
- Solicitation Number
- W912L722Q1602
- Response Due
- 8/30/2022 8:00:00 AM
- Archive Date
- 09/14/2022
- Point of Contact
- Justin McQueen, Phone: 615-313-2672
- E-Mail Address
-
justin.t.mcqueen.mil@army.mil
(justin.t.mcqueen.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Tennessee Army National Guard (TNARNG) Purchasing and Contracting Section of the United States Property and Fiscal Office (USPFO) TN is issuing a Request for Quote (RFQ) for a commercial, single award contract. �This is a combined synopsis/solicitation for�commercial products�or�commercial services�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; proposals are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this requirement is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing) with a size standard of 1,250 number of employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 effective date 08/10/2022. This solicitation is set-aside in totality to Small Business entities IAW FAR 19.502. The Government intends to award a Firm Fixed Price contract. Requirement Summary The Tennessee Army National Guard Milan Training Center, (located in Lavinia, TN), requires the replacement of two (2) Outdoor Walk In Freezers and two (2) Outdoor Walk In Coolers. This requirement involves the removal and disposal of existing units as well as the installation of new units. Item descriptions, quantities, units of measure and required salient characteristics are provided in Table 1: Line Items of this combined synopsis/solicitation. Please also see all corresponding attachments for additional details regarding the requirement. Requirement: Supply Materials/Handling: Contractor provides materials and handling equipment for the delivery and installation of new units as well as for the removal and disposal of existing units. FOB: Destination ARO: 30 Calendar Days from Date of Award Preferred � Shipping Information VTS-Milan ARNG-Tennessee ATTN: SFC Bobby Lawrence 325 Arsenal Lane Lavinia, TN 38348 � Instructions The provision at FAR�52.212-1, Instructions to�Offerors-Commercial Products�and�Commercial Services, applies to this acquisition and is included in full text within this combined synopsis/solicitation. Offers are due into this office no later than 30 August 2022 at 10:00 AM Central Standard Time. Questions are due into this office no later than 23 August 2022 at 9:00 AM Central Standard Time. Submit offers and questions via email to the point of contact referencing this solicitation, Justin McQueen at justin.t.mcqueen.mil@army.mil. Vendor must submit offer on time via email to justin.t.mcqueen.mil@army.mil. Please refer to Evaluation factors for more information regarding evaluation of offers. When submitting a quote, vendor must include with their quote the following information: Unique Entity Identifier Tax Identification Number CAGE Code Number Completed copy of the provision at FAR 52.212-3 � Offeror Representations and Certifications-Commercial Products and Commercial Services, which may be located in the submitting vendor�s profile at SAM.gov. Vendors without an updated copy of the 52.212-3 may complete the fillable attachment and submit with their offer.� Delivery Schedule Descriptive literature, (or clear reference to furnished descriptive data), containing the following: item brand name/s, item part and/or model numbers, item photos for reference, warranty information (reference 52.246-17 included below) and any other pertinent information POC Information � 52.212-2�Evaluation�Commercial Products and Commercial Services (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 � To be considered for award process, vendor must submit offer on time. The following sub-factors are considered in this buy: (1) offers must meet or exceed the salient characteristics specified in this solicitation. Vendor must clearly identify the item by:� Brand Name, if any; and Part number or model number; include descriptive literature or a clear reference to furnished descriptive data or other pertinent information available to the Contracting Officer. Include also pictures for reference. (2) Must be active in SAM; (3) delivery schedule; (4) warranty information. (ii) Price- All charges must be inclusive including shipping and freight if any. (iii) Past Performance. Within 3 years Past performances. The Government will use FAPIIS/CPARS for Past Performance evaluation(s). No Past Performance will be judged as neutral. Technical and past performance, when combined, are approximately equal to cost or price. (b) Options. (NOT APPLICABLE) 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) Table 1: Line Items Line Item: 0001� � � � ��Quantity: 2.000� � � � ��Unit: Each� � � � ��Description:�Outdoor Walk In Freezer Salient Characteristics:� �� 7� to 8� in Length x 7� to 8� Width x 8' to 9� Height 1 Compartment with Floor Ceiling: Single Span Panel Thickness: Must be at least 4"" Exterior Vertical Used (7-10"") with 4"" floor, 4"" ceiling BASE FINISH: Vertical and Ceiling Panels: Embossed Galvalume (26 GA) SPECIAL FINISHES: Interior floor � Must be at least stainless steel (430, 16 GA) DOORS/OPENINGS: Must be at least 36"" x 78"" Hinged Door In a 46"" x 94"" Panel DOORS ACCESSORIES: 1 Locking Bar (2 piece) (with Release) 1 ea Strip curtain (36� door and under) 1 48"" LED 48x754-CL-N Light - 40� F to 100� F(Range) 1 ea standard pressure relief port (< 400 sq/ft) 36 l/f reinforced exterior bottom Must maintain a temperature range of -10 degrees F to 0 degrees F Manufacturer�s Standard Warranty Only Installation: Contractor's responsibility for labor, materials, and equipment.�Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and installation of components provided. This shall include: Removal and disposal of two (2) existing freezers Any repairs needed to concrete pad under existing units after removal Uncrating and assembly of new units at original locations Electrical wiring from walk-ins to new compressor units Compressor units must be installed behind the walk in units and not on top New safety switches Charging of new system with coolant Start-up and testing of new units Line Item: 0002� � � � ��Quantity: 2.000� � � � ��Unit: Each� � � � ��Description:�Outdoor Walk In Cooler Salient Characteristics: 9' to 10� in Length x 7� to 8� Width x 8' to 9� Height 1 Compartment with Floor Ceiling: Single Span Panel Thickness: Must be at least 4"" Exterior Vertical Used (7-10"") with 4"" floor, 4"" ceiling BASE FINISH: Vertical and Ceiling Panels: Embossed Galvalume (26 GA) SPECIAL FINISHES: Interior floor � Must be at least stainless steel (430, 16 GA) DOORS/OPENINGS: Must be at least 36"" x 78"" Hinged Door In a 46"" x 94"" Panel DOORS ACCESSORIES: 1 Locking Bar (2 piece) (with Release) 1 48"" LED 48 x 754-CL-N Light - 40� F to 100� F(Range) Must maintain a temperature range of 33 degrees F to 41 degrees F Manufacturer�s Standard Warranty Only Installation: Contractor's responsibility for labor, materials, and equipment.�Unless otherwise specifically noted, the Contractor shall provide and pay for all labor, materials, equipment, and machinery, water, heat, utilities, transportation, and other facilities and services necessary for the proper execution and installation of components provided. This shall include: Removal and disposal of two (2) existing coolers Any repairs needed to concrete pad under existing units after removal Uncrating and assembly of new units at original locations Electrical wiring from walk-ins to new compressor units Compressor units must be installed behind the walk in units and not on top New safety switches Charging of new system with coolant Start-up and testing of new units All responsible sources may submit an offer, which shall be considered by this Agency. The following provisions and clauses are applicable to this acquisition:� 52.204-7 System for Award Management� 52.204-10�Reporting Executive Compensation and First-Tier Subcontract Awards� 52.204-13 System for Award Management Maintenance� 52.204-16�Commercial and Government Entity Code Reporting� 52.204-18�Commercial and Government Entity Code Maintenance� 52.204-19�Incorporation by Reference of Representations and Certifications� 52.204-23�Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities� 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25�Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services�Representation 52.209-6�Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9�Updates of Publicly Available Information Regarding Responsibility Matters� 52.209-10�Prohibition on Contracting With Inverted Domestic Corporations 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services 52.212-4-Contract Terms and Conditions-Commercial Products and Commercial Services 52.212-5-Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services 52.219-6�Notice of Total Small Business Set-Aside� 52.222-3 Convict Labor 52.222-19�Child Labor-Cooperation with Authorities and Remedies� 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity� 52.222-36�Equal Opportunity for Workers with Disabilities� 52.222-37 Employment Reports on Veterans 52.222-40�Notification of Employee Rights Under the National Labor Relations Act� 52.222-50�Combating Trafficking in Persons� 52.223-12�Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners� 52.223-18�Encouraging Contractor Policies to Ban Text Messaging While Driving� 52.225-1 Buy American-Supplies 52.232-33�Payment by Electronic Funds Transfer-System for Award Management� 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-4�Applicable Law for Breach of Contract Claim 52.246-17 Warranty Of Supplies of a Noncomplex Nature 52.252-2 Clauses Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7008�Compliance With Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016�Covered Defense Telecommunications Equipment or Services-- Representation 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services -- Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements 252.211-7003 Item Unique Identification and Valuation 252.225-7001 Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items Please also see all attachments for additional information pertinent to this solicitation.� Point of contact referencing this solicitation is Justin McQueen at justin.t.mcqueen.mil@army.mil and 615-313-2672.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d02a7498a14645ed8171abe75c75e7be/view)
- Place of Performance
- Address: Lavinia, TN 38348, USA
- Zip Code: 38348
- Country: USA
- Zip Code: 38348
- Record
- SN06431035-F 20220819/220817230130 (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 |