The RFP Database
New business relationships start here

HVAC Systems w/install-BICY


Florida, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation for Commercial Items
FAR 12.603

General Information
Document Type: Combined Solicitation/Synopsis
Solicitation Number: P17PS02021
Posted Date: 14 Jul 17
Original Response Date: 01 Aug 17
Current Response Date: 01 Aug 17
Product or Service Code: 4120 (Air Conditioning Equipment)
Set Aside: Total Small Business
NAICS Code: 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Mfg)

Contracting Office Address
NPS, SER - South MABO
33100 Tamiami Trail E
Ochopee, FL 34141

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, B?Streamlined Procedures for Evaluation and Solicitation for Commercial Items,B? as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This acquisition is being conducted under the authority of FAR 13.5, Simplified Procedures for Certain Commercial Items and will be evaluated using the procedures in FAR 13.106-2, Evaluation of Quotations or Offers.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95.

The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with a small business size standard of 1,250 employees.

The South Major Acquisition Buying Office (MABO), 33100 Tamiami Trail E, Ochopee, FL 34141 is seeking pricing for replace 3 existing split system air conditioning systems at the Fire Operations Center. The replacement systems shall have a Seasonal Energy Efficiency Rating (SEER) of twenty (20). Contractor shall remove 3 split system existing air-conditioning systems and installing new systems in the Fire Operations Center. Contractor shall furnish and install 20 SEER split air conditioning systems. All units are 240V single phase. Contractor shall furnish and replace 3 each programmable thermostats. Contractor responsible to field measure and prepare or make all necessary adjustments necessary for the successful installation and operation of new units in accordance to manufacturerB?s specifications. Any damage to any feature caused by installation shall be repaired at no additional expense to the Government. Systems will have 10 year parts and 1 year labor warranty. Any references to brand or model are for reference only and comparable/compatible items will be reviewed as long as you clearly indicate the brand/model you feel meets or exceeds the specifications. Ensure to include product literature with your quote and include a realistic delivery time in your quote. System Specifications: Two each Elite Series Variable Speed Air Handlers Lennox, CBX32MV-036 with 5 kW heat strip, Two each 3 ton Condenser Units XC20-036-230, One each Variable Speed Air Handler CBX32MV-048 with 5 kW heat strip, One each Condenser Unit XC20-048-230. Three each ComfortSense 5500 Series Thermostats (reuse existing copper line set, replace all existing armaflex and supply all materials needed for installation) Copper line cleaning flush RX-11 for each system that will use new refrigerant. Purge copper lines with nitrogen. Install electrical whip sized for equipment and make all electrical connections. Furnish and supply new air handler stands for all systems. Replace all exposed PVC drain lines in closets. Condenser unit hurricane pad & strap installed B? provide new condenser pads with condenser hurricane straps for all units to meet wind speed of 160 MPH. Install new water level safety switches for condensate drain. Supply insulated duct transitions/work using metal foil tape with mastic at all joints and all other material needed to connect plenum to new unit, 410A refrigerant to charge system properly as needed PVC drain line with drain line insulation, all soldering materials needed and air handler stands installed. Install condenser anti vibration and sound dampening pads on all condensers. Contractor to furnish and install new filter dryers and programmable thermostats for each unit. Pull vacuum in accordance with manufacturerB?s recommendation on al copper lines. Installation shall include balancing charge of units in accordance with manufacturerB?s specifications.
Estimated quantities are not guaranteed, and are SOLEY for the purpose of quote evaluation and any offer accepted will be awarded with available funding and invoices processed for actual quantities used.

All interested companies shall provide a quote for the following:

Supplies

Item Description Qty U/I Unit Price Total Price

0010 Replace split system HVAC units 3 EA ________ ____________

SITE VISIT: A site visit is scheduled for July 25, 2017 at 10:00am at Big Cypress National Preserve, Fire Operations Center (FOC), 29940 SR 29, Copeland, 34137. The purpose of this inspection is for contractors to ascertain the complexities and the location along with general local conditions which could materially affect conduct of operations of the cost thereof. Any questions must be submitted in writing to Mary_Stefanos@nps.gov NO LATER THAN 10:00am (EST) on July 27, 2017. A summary of questions and answers arising from the site inspection and/or review of the package will be provided to all prospective contractors as an amendment to the solicitation. Only those written answers provided to all offerors will be the Government's official response to questions. Information provided at this site visit shall not qualify the terms and conditions of the solicitation and specifications. No oral questions will be accepted. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Attendance of this site inspection is considered vital to the preparation of a competitive and cost effective quote, and to understand the total result desired by the Government and important for each contractor to have qualified representation at the site inspection. NO individual site inspections will be conducted.

The period of performance is August 01, 2017 through September 01, 2017.

Performance Period is approximately 30 days after receipt of order. FOB destination. The contractor shall deliver line item 0010 to Big Cypress National Preserve at the location specified below.

Place of Performance, Big Cypress National Preserve. 29940 SR 29, Copeland, FL 34137.

Award shall be made to the quoter whose quotation offers the best value to the Government per FAR 13.106-2. The Government may utilize published media and electronic government databases to obtain additional information regarding past performance. Your company must not be excluded from conducting business with the federal government or be delinquent on a federal debt.

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
1. FAR 52.212-1, B?Instructions to OfferorsB?Commercial ItemsB? (Oct 2016)
2. FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial ItemsB? (Dec 2016)

Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, B?Offerors Representations and CertificationsB?Commercial Items.B? If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
-FAR 52.212-4, B?Contract Terms and ConditionsB?Commercial ItemsB? (May 2015)
-FAR 52.212-5, B?Contract Terms and Conditions Required to Implement Statutes or Executive OrdersB? (Jan 2017)

The following subparagraphs of FAR 52.212-5 are applicable:
The following clauses within FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995), (41 U.S.C. 4704 and 10 U.S.C. 2402), 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)), 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282)(31 U.S.C. 6101 note); 52.209-6, Protecting the GovernmentB?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note), 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313), 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644), 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)), 52.219-28, Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a)(2)), FAR 52.219-30, FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2)); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); 52.222-19, Child LaborB?Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793), 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627), FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014), 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008), FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 2013)(31 U.S.C. 3332), 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.), 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67), and 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658)

DOI ELECTRONIC INVOICING Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (April 2013)

Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP).

"Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov.

Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The contractor shall utilize the attachments feature in the lower right hand corner of the IPP invoicing screen to attach a copy of invoices. Vendor invoice must include name and address of the Contractor; invoice date and number; contract number, description, quantity, unit of measure, unit price and extended price of the items delivered; and delivery date and a copy of the trip tickets.

The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date.

Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131.

If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Clause)

All quoters shall complete blocks 8a through 8f, 11c through 14 of the Solicitation form (SF-18). The SF-18 is attached to this solicitation for pricing information only. Award will be made on SF-1449. Make sure to include your total price, your DUNS number.

All quotations shall be submitted via email to Mary_Stefanos@nps.gov. Obtain emailed confirmation of offer. Offers must acknowledge receipt of any/all solicitation amendments and include all required information mentioned above. The offeror bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undelivered emails that aren't received in time.

This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than August 01, 2017 via email to Mary_Stefanos@nps.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

QUESTIONS: Email any questions to the Contracting Officer at mary_stefanos@nps.gov no later than 10am/EST on July 27, 2017 to be addressed. Answers to questions will be posted in the same manner as this notice. It is the Offerors' responsibility to check for updated information and acknowledge any amendments with your offer. No oral or late questions will be accepted.

Point of Contact: Mary Stefanos, Contracting Officer, Mary_Stefanos@nps.gov

Stefanos, Mary

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP