COMMERCE BUSINESS DAILY ISSUE OF MARCH 27, 2001 PSA #2816
SOLICITATIONS
41 -- 24K BTU ENVIRONMENTAL CONTROL UNIT (ECU)
- Notice Date
- March 23, 2001
- Contracting Office
- Crane Division, Naval Surface Warfare Center, Code 1164, 300 Highway 361, Crane, In 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N00164-01-R-0078
- Response Due
- April 6, 2001
- Point of Contact
- Mr. Dale Dewar, Code 1164, telephone 812-854-4795, fax 812-854-3465, e-mail dewar_dale@crane.navy.mil
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Solicitation Number N00164-01-R-0078 is hereby issued as a request for proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19 and DCN 20001001. The North American Industry Classification System (NAICS) Code for this procurement is 333415 and the size standard is 750 employees. This requirement will be for the following: CLIN 0001 Quantity of 7 each, 24,000 BTU Environmental Control Unit (ECU), Applied Companies Model No. AC-115-24, Brand Name Or Equal. This Model number or equivalent must be in accordance with MIL-STD-52767-D and attached drawings. MIL-STD-52767-D and its attachments are available for downloading at http://www.crane.navy.mil/supply/announce.htm SALIENT FEATURES for CLIN 0001 and CLIN 0002 Model No. AC-115-24 or equal: Shall be 24,000 BTU/hr @130 degrees F at sea level and 208 Volt-3 phase-60 Hz with 3.5 kW electric resistance heating capacity. Shall have a scroll type compressor with R-407C refrigerant and anti-cycling protection. All motors are permanently lubricated and totally enclosed. ECU shall have a built-in filtered fresh air inlet and hot gas by-pass system. Overall dimensions of the ECU are not to exceed 20" H X 30" W X 28" D and base unit weight shall not exceed 250 pounds. ECU shall include a 19" rack-mountable remote control. Electrical MS connectors shall be provided for both power inlet and 19" rack mounted remote control panel. ECU shall be equipped with a soft start device to reduce compressor locked rotor amperage to not more than 2.7 times the running amperage. In addition, unit shall have a stagger start feature. ECU shall be a ruggedized, field-proven unit that has been successfully performance tested in extreme environments. Bottom mounting points and drain location shall be in conformance with those shown on attached drawings. The ECU shall also meet all the requirements within MIL-STD-52767-D. Note: Offerors must propose pricing for CLIN 0001(fixed quantity) and for CLIN 0002 (indefinite quantity). For quantity breakdown for CLIN 0002, see TABLE 1 below. CLIN 0002 Quantity is indefinite (see TABLE 1 below). CLIN 0002 is a 24,000 BTU Environmental Control Unit (ECU), Applied Companies Model No. AC-115-24, Brand Name Or Equal. This Model number or equivalent must be in accordance with MIL-STD-52767-D and attached drawings. MIL-STD-52767-D and attachments are available for downloading at http://www.crane.navy.mil/supply/announce.htm. Offerors shall provide pricing for line item 0002 in the quantities and for the time frames that follow. The Government shall have the right to place a delivery order for any quantity during the life of the contract that falls at or between the minimum of 1 ECU and the maximum of 40 ECU's. In order to provide pricing for quantities ordered that fall between those listed below, the following formula will apply. UP = UPnh + (Qh QO) * ((UPnl UPnh) / (Qh Ql)) Where: UPnh = Unit Price for the higher quantity (range upper limit) in the applicable ordering period UPnl = Unit Price for the lower quantity (range lower limit) in the applicable ordering period Qh = Quantity at the range upper limit Ql = Quantity at the range lower limit QO = Quantity being ordered Offerors should provide unit prices for each ordering year on the table provided on our web page at www.crane.navy.mil/supply/announce.htm. * Ordering Years for CLIN 0002: Year 1 = Effective date of Contract To 30 April 2002 Year 2 = 1 May 2002 to 30 April 2003 Year 3 = 1 May 2003 to 30 April 2004 Year 4 = 1 May 2004 to 30 April 2005 Year 5 = 1 May 2005 to 30 April 2006 Evaluation of Proposed Pricing: Prices shall be evaluated by calculating the average unit price for all of the above quantities for all contract years. Note that this buy is being conducted in accordance with FAR 6.302-1(c), application for brand name descriptions, and FAR 13.5. Delivery is required FOB Destination to NSWC Crane Division, 300 Highway 361, Crane, IN 47522-5001, Bldg. #3227. Delivery shall be made to NSWC Crane NLT 12 14 weeks after date of award/order. Early deliveries are acceptable, so offerors should include a proposed delivery schedule with their proposal. Any exceptions to the delivery requirement must be explained in offeror's proposal. Final inspection and acceptance will be at destination NSWC Crane, and will occur within 30 days after delivery. Selection for award will be based on past performance and price for offers of the specified brand name product or equivalent. Past performance and price are equal in importance for this award evaluation. A Certificate of Conformance (COC) will be required for all items ordered under resultant contract. Offers that are non-compliant with any material requirement of this solicitation may be rejected without further consideration for award. This requirement is issued as a firm fixed-price contract for brand name or equal supplies. This contract will be awarded utilizing Simplified Acquisition Procedures. The contractor shall extend to the Government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the Government. Offerors shall include a copy of their warranty with the offer. Clauses/provisions: 52.203-3; 52.211-14 (DO); 52.211-15; 52.212-1; 52.212-3 Alt l [FILL-IN] (NOTE: Offeror needs to click on this link and complete all necessary Representations/Certifications and forward with proposal); 52.212-4; 52-212-5 (incorporating 52.219-4; 52.219-8; 52.222-21; 52.222-26; 52.222-35; 52.22236; 52.22237; 52.225-16; 52.232-33;); 52.215-05 (812-854-5666 fax #); 52.216-22; 252.204-7004; 252.212-7001 (incorporating 252.225-7001; 252.243-7002; 252.247-7023), 252.219-7003 The offeror shall provide its Commercial and Government Entity (CAGE) Code, Tax Identification Number (TIN), and DUNS number. To be eligible for award you must be properly registered in the Government's Central Contractor Registration (CCR). Offerors may obtain information on CCR registration and annual confirmation requirements by calling 1-888-227-2423, or via the internet @ http://ccr.dlsc.dla.mil or http://www.ccr2000.com. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. All responsible sources may submit an offer, which will be considered by the agency. Offers may be faxed or e-mailed to Mr. Dale Dewar at FAX 812-854-3465, e-mail address dewar_dale@crane.navy.mil. All required information must be received on or before 06 April 2001 @ 2:00 PM Eastern Standard Time. Our mission is to provide quality and responsive acquisition services for this Command. In an effort to continue to improve our services, we are conducting a survey of our vendors. This survey may be found on the World Wide Web at the following address: http://www.crane.navy.mil/supply/VendorSurvey.htm. Your comments will help us determine if we are accomplishing this and show us ways to improve our processes. Please consider taking the time to complete the survey.
- Web Link
- Naval Surface Warfare Center, Crane Division's web (www.crane.navy.mil/supply/announce.htm)
- Record
- Loren Data Corp. 20010327/41SOL001.HTM (W-082 SN50H1K3)
| 41 - Refrigeration, Air Condition and Air Circulating Equipment Index
|
Issue Index |
Created on March 23, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|