Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

N -- Walkin Freezer Equipment Replacement & Maintenance Service

Notice Date
5/19/2022 3:04:23 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NFFKA5642202152CM2
 
Response Due
5/26/2022 3:00:00 PM
 
Archive Date
05/27/2022
 
Point of Contact
Casey Morris, Phone: 3035782579
 
E-Mail Address
casey.morris@noaa.gov
(casey.morris@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
MOD 1- Attach pictures of freezer. ____________________________________________________________________________________ Walkin Freezer Equipment Replacement & Maintenance Service - NEW REQUIREMENT/NO INCUMBENT 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 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. This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 811310.� The small business size standard is $8.0M. The SCLS applies for Long Beach, CA county. The Contractor will need to replace the refrigeration equipment (i.e., condenser and evaporator coil, etc.) and include a Sensaphone installation to monitor and send alarms if freezer temperatures exceed specified limits in the walk-in freezer as described in the attached Statement of Work. All items need to be brand name or equivalent that will be most compatible with Copeland compressors. Period of Performance: Contractor shall provide a fully functional and operational system 60 days from contract award date. Maintenance/Service Agreement to start as soon as installation of new equipment. Base Year will start after installation with 4 optional years of maintenance to follow. PLACE OF PERFORMANCE NMFS� IATC Southwest Seafood Inspection Office 501 West Ocean Blvd., Suite 1200 Long Beach, CA� 90802-4213 SITE VISIT: Contact Jan Charity via email at jan.charity@noaa.gov Office: 301-525-5164 schedule a site visit. We ask that you limit your attendees to only one person from your company. Only one site visit per vendor. All vendors must sign in before site visit starts and wear the appropriate face mask, any visitor not fully vaccinated must have proof of a negative COVID test at least three days prior to visiting the site. All questions during the site visit should be submitted electronically to casey.morris@noaa.gov. FAR 52.212-2, EVALUATION � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition.� Offers will be evaluated based on price and the factors set forth in paragraph (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. (1) Technical Approach and Capability. The offeror's approach to performing contract requirements and its capability to successfully perform the contract will be evaluated. Provide a description of the company�s experience performing similar services along with a detailed approach for completing this requirement. A contractor that has performed a site visit will be regarded with higher technical capability unless the contractor can provide a detailed technical approach write-up with their quote for the Government to consider in place of a site visit. (2) Past Performance. The offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Quote shall include at least three references for similar services including the phone number, full address, and e-mail address (if available). (3) Evidence of qualifications and licenses in CA. (4) Price The Government intends to award a trade-off, best value, purchase order on an all or none basis with payment terms of Net 30.� Quotes are required to be received in the contracting office no later than 4:00 P.M. MST on 05/26/2022. All quotes must be submitted via emailed to the attention of Casey Morris at casey.morris@noaa.gov� PLEASE PROVIDE YOUR WILL OR WILL NOT STATEMENT PER 52.204-24 (OCT 2020) UNLESS YOUR REPS AND CERTS HAVE BEEN UPDATED IN SAM PER 52.204-26 (OCT 2020). See attached full Combined Synopsis with all terms and conditions which all vendors must be in compliance with to be eligible for award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d15994f733d8450fa39042fd27e63357/view)
 
Place of Performance
Address: Long Beach, CA 90802, USA
Zip Code: 90802
Country: USA
 
Record
SN06332122-F 20220521/220519230056 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.