Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
MODIFICATION

41 -- REQUEST FOR Quote (RFQ) Air Cooling Unit (ACU) Repair � PARTS Only

Notice Date
1/24/2023 7:20:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
FA9302 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA930223Q0006
 
Response Due
1/25/2023 3:00:00 PM
 
Archive Date
02/09/2023
 
Point of Contact
John Walker, Phone: 6612771829, Kimberly McGee, Phone: 6612096608
 
E-Mail Address
john.walker.68@us.af.mil, kimberly.mcgee@us.af.mil
(john.walker.68@us.af.mil, kimberly.mcgee@us.af.mil)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: FA930223Q0006 This solicitation is issued as a Request for Quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-009 and DPN 20201130 and AFAC 2019-1001. (iv) THIS REQUIRMENT WILL BE: BRAND NAME COMPETITION. NAICS Code is 333415, size standard 1,250 employees. (v) CLIN Nomenclature CLIN 0001 500 HP, 3600 RPM, ODP, 460 VOLT, 449TS FRAME 3-PHASE MOTOR� - Part # 449TSTDN16005 MARATHON- 1 each� CLIN 0002 Vibration Sensors - 1 each CLIN 0003 Bearing RTD 100 OHM Platinum - 1 each CLIN 0004 Enclosed 500HP VFD Panel - Part # SINAMICS-CCP-00 - 1 each Rittal 4Dr Disconnect Cabinet Nema 1 Cabinet. Rittal Filter fans and exhausts Rittal LED Panel Lights (Qty4) with motion sensor Siemens 800A 3VA Main Circuit Breaker (65KAIC) with flange disconnect Siemens 6SL3220-3YE60-0CF0 G120X Sinamics Drive. 500HP. Profinet MTE Passive Harmonic Filter. 500HP rated for IEEE519 Harmonic Distortion Compliance Siemens 3-contactor Nema rated bypass Siemens door mount Intelligent Operator Panel IOP-2 Siemens 24VDC Power Supply. 2-Phase 5A Siemens 2000VA Control Power Transformer (CPT) with Primary and Secondary Fusing Mersen Power Distribution Blocks on the line and load side (vi) Description of items to be acquired: Avionics cooling operating system repair parts. (vii) Delivery Date: MUST BE received NO LATER THAN 31 March 2023. Please notate estimated delivery timeframes in quote. FOB: DESTINATION � EDWARDS AFB, CA Ship Address to: 20 Hoglan Ave Building 1020 Edwards AFB, CA 93524 (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition FAR Site, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable) TECHNICAL CAPABILITY INFORMATION: Provide details of your firm�s ability to provide the product offered. This information will be used to determine the technical acceptability of the product offered. Technical Capability information is included �Description of Items to be acquired� section (vi) above. (ix) �The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition. Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR part 13.106. The evaluation criteria is LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM to 52.212-2, Evaluation � Commercial Items. 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, price and other factors considered. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: (i) Price; (ii) Technical capability of the item offered to meet the Government requirement; (Your quote package, MUST clearly show and demonstrate your company�s ability to meet all stated requirements of section �(iv) Description of Items to be acquired.� Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.) (b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xiii) The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via acquistion.gov PROVISIONS INCORPORATED BY REFERENCE See Solicitation Form 1449 PROVISIONS INCORPORATED BY FULL TEXT See Solicitation Form 1449 CLAUSES INCORPORATED BY REFERENCE See Solicitation Form 1449 CLAUSES INCORPORATED BY FULL TEXT See Solicitation Form 1449 (xiv) Additional Contract Requirement or Terms and Conditions: N/A (xv) Defense Priorities and Allocation System (DPAS): N/A (xvi) Proposal Submission Information: Offers are due by 25 January 2023 at 3:00 PM Pacific Standard Time (PST) via electronic mail (xvii) For additional information regarding this solicitation contact: Kimberly McGee at kimberly.mcgee@us.af.mil , and John Walker at john.walker.68@us.af.mil � Primary Point of Contact: Kimberly McGee Contract Specialist kimberly.mcgee@us.af.mil Phone: 661-275-2498 Secondary Point of Contact: John Walker Contracting Officer john.walker.68@us.af.mil� Phone: 661-277-1829 Contracting Office Address: 5 S Wolfe Ave., Bldg. 2800 Edwards AFB, California 93524-1185 United States
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27796a39483e4ca79d645f86c9810780/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06571463-F 20230126/230124230104 (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.