AIR COOLED HEAT EXCHANGER
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This annou... This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. This solicitation: W912JV-19-Q-7003 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 333415 and the small businesssize standard is 1250 EMP. The following commercial items (services) are requested in this solicitation: CLIN 0001 - 1 EACH - AIR COOLED HEAT EXCHANGER Dry Cooler chilled water economizer specifications, a. Cooling duty: 40 ton cap. Up to 250 GPM @ 50% PG cooling from 50 F to 45 F using 33 F ambient air temp. Total heat rejection over 480,000 BTU. b. Horizontal configuration. c. Up flow fan configuration. All fans to have VFD drives each or grouped for temp control. d. Unit is to have fan disconnects and fuses with control box with all necessary controls. e. 480 v 3 Phase main power. f. Heat transfer coils to be copper with aluminum fins with a 250 psi and 300 deg. Pressure and temp rating. g. Housing is to be galvanized heavy gauge steel with support legs. h. All Electrical fittings and hard ware is to be Nema 4 weather proof. i. Price to include shipping and handling. j. Equipment should be UL approved for safety and meet all safety requirements for ASHRA. K. Equipment should be tested for proper operation at factory before shipping. l. Equipment will have standard 1 year warranty. m. Shop drawings and technical data to be submitted with quote. The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. Submit the price quote information via email to MSgt Matthew Marshall at matthew.m.marshall6.mil@mail.mil. Responses to this RFQ must be received via e-mail not later than 4:30 PM Pacific Time on Monday, February 4th, 2019. Oral Quotes will notbe accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intendedto be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being award "care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. Award will be based on lowest price technically acceptable. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed clause with their proposal. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7 -- System for Award Management. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 -- System for Award Management Maintenance. FAR 52.204-16 -- Commercial and Government Entity Code Reporting. FAR 52.204-18 -- Commercial and Government Entity Code Maintenance. FAR 52.204-22 -- Alternative Line Item Proposal. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. FAR 52.222-3 -- Convict Labor. FAR 52.222-17-Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-11 - Ozone-Depleting Substance and High Global Warning Potential Hydrofluorocarbons FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7011 -- Alternative Line Item Structure. DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.211-7008 -- Use of Government-Assigned Serial Numbers. DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.244-7000 -- Subcontracts for Commercial Items.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »