SOLICITATION NOTICE
41 -- 2-Ton Air Conditioning Units for the National Weather Service Western Region
- Notice Date
- 3/7/2023 10:01:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333415
— Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
- Contracting Office
- DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
- ZIP Code
- 64106
- Solicitation Number
- 1333MH23QNWWT0004
- Response Due
- 3/10/2023 8:00:00 AM
- Archive Date
- 03/25/2023
- Point of Contact
- Jen Brown, Phone: 385-258-1061, Chris Peacock
- E-Mail Address
-
jen.brown@noaa.gov, christopher.peacock@noaa.gov
(jen.brown@noaa.gov, christopher.peacock@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 1 modifies the Description to add a Q&A section at the end.� COMBINED SYNOPSIS/SOLICITATION 2-TON Air conditioning units for the National Weather Service Western Region The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c): A National Stock Number is not assigned to this requirement. This requirement is for a quantity of 17 replacement air conditioning units, brand name or equal to the Marvair Model MAA1024AA050C. The salient characteristics for any models other than specified are described in the Statement of Need. The new units must match the physical dimensions and bolt pattern for wall-mounting; we cannot modify the buildings where these units will be installed to accommodate different physical characteristics. Brand name or equal to Marvair Model MAA1024AA050C. The attachment �Dimensions_Marvair_1333MH23QNWWT0004� provides the physical dimensions required for the new units. � There is no predominant material specified for this requirement. The requirement is for a quantity of 17 units. There are no option periods or quantities. � The preferred unit of issue is EA (Each), but may change to LO (Lot) depending on whether the cost per line item can be evenly divided to within two decimal points. The units will be shipped F.o.B. Destination among seven addresses within the western contiguous United States (CONUS). The addresses and quantity per address are specified in the Statement of Need. The contractor is responsible for unloading the equipment at the delivery point. Delivery to all sites must be complete within 120 days of contract award, or sooner based on the delivery schedule proposed by the awardee. Duration of the contract is 120 days from date of contract award. This requirement is not subject to sustainable acquisition requirements. The procedures to be used in awarding the contract is through a request for quotations via this combined synopsis/solicitation. The anticipated award date is March 10, 2023. This is not an Architect-Engineer requirement. This requirement does not include Trade Agreement clauses. This requirement is not non-competitive. All responsible sources may submit a quotation, which shall be considered by the agency. This solicitation is synopsized and available through the Government Point of Entry, Contract Opportunities, at sam.gov. All information necessary to respond to this solicitation electronically is contained herein. Technical data required to respond to the solicitation is contained herein.� The following information is provided in accordance with FAR 12.603(c)(2) (i) This is a combined synopsis/solicitation for commercial products prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number is 1333MH23QNWWT0004 and is issued as a request for quotation (RFQ). �A firm-fixed price contract is anticipated to result from this RFQ.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 December 30, 2022. (iv) This solicitation is being issued as a total small business set-aside. �The associated NAICS code is 333415. �The small business size standard is 1,250 employees. � OFFERORS MUST BE REGISTERED AT SAM.GOV TO BE ELIGIBLE FOR AWARD (v) The line item numbers, items, quantities, and units of measure, including options, are as follows: Line Item: 0001�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Salt Lake City, UT. Quantity: 3� � Unit of Measure: EA Line Item: 0002�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Great Falls, MT. Quantity: 3� � Unit of Measure: EA Line Item: 0003�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Las Vegas, NV. Quantity: 4� � Unit of Measure: EA Line Item: 0004�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Portland, OR. Quantity: 3� � Unit of Measure: EA Line Item: 0005�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Oxnard, CA. Quantity: 2� � Unit of Measure: EA Line Item: 0006�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Spokane, WA. Quantity: 1� � Unit of Measure: EA Line Item: 0007�� �Item Description: 2-ton air conditioning unit, brand name or equal to Marvair MAA1024AA050C. Includes freight to deliver F.o.B. Destination to Pendleton, OR. Quantity: 1� � Unit of Measure: EA (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Work and Dimensions_Marvair. (vii) Dates and places of delivery and acceptance and FOB point:� F.o.B. Destination for all deliveries. See the Statement of Need for the seven delivery addresses and points of contact. (viii) �FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. This is a Best Value acquisition and requires a capability statement and references to be provided with the quote. References must include at a minimum a valid name and phone number. If there is no relevant past performance history under the given business name, affirmatively state that there is no relevant past performance history; references for other work performed are still required. Quotes may be submitted on the provided pricing sheet, if preferred, but is not required. Quotes must be in agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes must include business information (business name, Unique Entity Identifier, contact phone number, email address) and pricing for all separately-priced line items in order to be considered responsive. To be eligible for award, the Unique Entity Identifier must be in Active status in sam.gov at the time the quote is submitted. Please be sure to use the new SAM.gov Unique Entity Identifier (UEI) in place of the DUNS. Failure to use the UEI may result in the government being unable to locate the appropriate sam.gov profile to confirm eligibility for contract award. (ix) FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (NOV 2021) applies. The specific evaluation criteria to be used in paragraph (a) are: conformance with technical requirements, delivery lead time, price, past performance, and compliance with solicitation requirements.� (x) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (DEC 2022), must be completed and included with the quote. (xi) FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2022) (Deviation 2021-06) (Sept 2021) (Deviation 2020-05) (Apr 2020) (Deviation 2017-05)(Sept 2017), applies to this acquisition. The following additional FAR clauses cited in (b) of the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020). (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Rerepresentation (Oct 2022) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Dec 2022) (E.O.�13126) 52.222-21, Prohibition of Segregated Facilities (Apr�2015) 52.222-26, Equal Opportunity (Sept�2016) (E.O.�11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793) 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.225-1, Buy American-Supplies (Oct 2022)(41 U.S.C. Chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (31 U.S.C. 3903 and 10 U.S.C. 2307). (Deviation 2020-05) (April 2020) (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 9:00 am Mountain Time on Friday, March 10, 2023. �All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov.� A fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 385-258-1061 in advance to make fax arrangements.� (xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 385-258-1061. Alternative POC is Chris Peacock, E-mail address: christopher.peacock@noaa.gov. � QUESTIONS AND ANSWERS IN RESPONSE TO THE SOLICITATION Q.1. Do you want single thermostats running each unit? A.1. Yes,�a single thermostat will run each 2 ton AC unit.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/face95e654bd4aac8ec560ce2b656a48/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06610898-F 20230309/230307230113 (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 |