Inactive
Notice ID:36C25019Q1118
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno...
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-36C25019Q1118 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-95/ 01-19-2017. The North American Industry Classification System (NAICS) number is 333413 and the business size standard is 500 employees. BRAND NAME OR EQUAL ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 TAG: EF-1 & 2 - 750 CFM EA, 2.0" WG (2) Strobic Model BS-002 Tri-Stack Fan Exhaust System 1.00 EA Strobic Fan Shall meet the following Salient Characteristics: (2) Fans on a common Plenum Each fan Rated 2,710 CFM with 1 as redundant 2 wg Variable Air Volume 3HP, 1800 RPM High Efficiency Motors 12 Mil Epoxy Coating on Fans Stainless Steel & Monel Hardware 460V 3 HP Motors 30A Knife Type NEMA 3R Disconnect Switches Electrical Interlocks 1x2 Bottom Inlet, single Wall Plenum with Epoxy Coating Multi-Fan Vortex Breakers Aluminum, Opposed Blade Isolation Dampers, Coated, with Electric Actuators and Isolation Transformers Aluminum, Opposed Blade Bypass Dampers, Coated, with Electric Actuators and Bypass Transformers Rain Hoods Mount Plenum of Roof Curb 1x2 Roof Curb, Canted Variable Frequency Drives, NEMA 3R with Bypass Open protocol Native BACnet controls interface Factory Trained Start-Up 7 Year Warranty The proposed contract listed here is Set-aside 100% for SDVOSB. FOB destination. Deliver to 2215 Fuller Road, Ann Arbor, MI 48105. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.204-7; 52.204-16; 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Award will be based on lowest price technically acceptable offer. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52.232-40, 852.203-70, 852.219-10, 852.232-72, 852.246-71 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.204-10. 52.209-6, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21; 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-3; 52.225-13, 52.232-34 RESPONSES ARE DUE Wednesday, July 17, 2019, by 4:30 p.m. eastern standard time (est). Electronic offers will be accepted Kellie Konopinski, e-mail Kellie.Konopinski@va.gov. Point of contact for this solicitation is Kellie Konopinski, 734-222-4330 or e-mail Kellie.Konopinski@va.gov. All Inquires must be in writing.