The RFP Database
New business relationships start here

Munters ADU 300


Tennessee, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for the commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; and a written solicitation will not be issued. Solicitation number W912L7-19-Q -1312 is hereby issued as a Request for Quotes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 effective 13 August 2019. This requirement is being advertised SMALL BUSINESS set-aside and the North American Industry Classification System (NAICS) Code is 333415 with a size standard of Number of Employees: 1250. There is a class waiver of NAICS code 333415; any qualified small business installer may provide the Munter dehumidifiers described in this solicitation.

Quotes are due in this office no later than 27 August 2019, Tuesday @ 8:00 A.M (CST). Questions are due NLT 23 August 2019 @ 8:00 A.M. CST. The questions and proposals should be emailed to both randal.d.halbrooks.mil@mail.mil and danny.h.frederick.mil@mail.mil. Point of Contact (POC) referencing this solicitation is MAJ Danny Frederick at 615-313-2668. All information and requirements are listed in the Specifications sheet. Evaluation factors for this firm-fixed price award are based on ability to meet the requirements per the Performance Work Statement (PWS), price and other factors deemed acceptable and most advantageous to the Government. Offeror MUST provide Tax ID and CAGE Code and DUNN's number with quote. Offeror's registration must be current in www.SAM.gov. This will be a determining factor in the award process if the offeror is not current in their certification. The Government intends to evaluate proposals and make award without discussions.


THIS SOLICIATION WILL CLOSE 27 August 2019, Tuesday @ 8:00 A.M (CST)


ITEM 0001
Description: Munters ADU 300 controlled humidity operational protection systems designed for M2A2 ODS-SA Bradley Fighting Vehicles and M1A1SA Main Battle Tanks. (4 each)
See Salient Characteristics


ITEM 1001
Description: Option 1: Quarterly Maintenance Service (4 jobs)
See Performance Work Statement (PWS)


The quarterly maintenance service will be for the 4 new units (see Item 0001) at Ft. Campbell. Contractor will propose four service visits per year. Each of these visits will be defined as a job in the contract. Period of performance, one year, to begin one (1) year after date of contract.


ITEM 2001
Description: Option 2: Quarterly Maintenance Service (4 jobs)
See PWS


ITEM 3001
Description: Option 3: Quarterly Maintenance Service (4 jobs)
See PWS


ITEM 4001
Description: Option 4: Quarterly Maintenance Service (4 jobs)
See PWS


Salient Characteristics
For
Munters ADU 300 DEHUMIDIFIER


• Must be Munters ADU 300


• Must have a flow rate of 150-300 Standard Cubic Feet per Minute (SCFM). 9.7 lb/her moisture removal. Capable of processing saturated, conditioned or outside air.


• Must have a separate process and reactivation air streams to minimize leakage and improve performance


• Automatic control system monitors and controls unit functions. Auto restart after power failure. Visual indicators and contacts for remote run and fault status. Elapse time meter. Auto/Manual selection switch with humidistat connection kit
• Dehumidifier must have a solid-state energy modulation of heater, independent reactivation fan and high temperature protection


• Must have a unitized body with welded aluminum cabinet with hinged front access panel. Must have process and reactivation airflow insulation. Blower motors and control must be isolated from air streams, and fan guards for safety


• Dehumidifier shall be of the non-cycling sorption type. The casing will be fabricated as a unitized body with welded aluminum construction for maximum strength and durability. Suitable access panel shall allow access for inspection or servicing without disconnecting ducting or electrical wiring. Airflow balancing dampers to be furnished.


• The rotary structure shall be a monolithic fabricated extended surface consisting of inert silicates reinforced with uniform diameter glass fibers for maximum strength. The fabricated structure shall be smooth and continuous in the direction of airflow without interruptions or sandwich layers which restrict airflow or create a leakage path at joining surfaces. The materials of construction shall be water washable, non-toxic and (National Fire Protection Association) NFPA 255-ASTM E84 (American Society for Testing and Materials) compliant.


• Dehumidifier shall be factory assembled; fully automatic, reactivation heaters, reactivation energy control system, roughing filters, industrial drive motor, fans, automatic controller and all components' auxiliaries. Reactivation energy modulation shall be stepless solid state proportioning type. Dehumidifier shall be functionally tested at the manufacturer's factory and shipped complete with all components necessary to maintain normal operation.


• Contractor must install new units according to manufacturer's standards.
• Warranty for the period of one year to include all parts and labor
PERFORMANCE WORK STATEMENT (PWS)


FOR


Controlled Humidity Protection (CHP) Program for TNARNG operational protection systems overhaul/renovation


Item 0001



1. General: The TN ARNG requires overhaul and renovation of four (4) controlled humidity operational protection systems originally installed in March 1998 at the Fort Campbell UTES.


2. The Contractor will provide all the required supervision, labor, material, supplies, transportation and equipment to complete the following tasks for the TN ARNG at the Fort Campbell UTES:


1) Uninstall and replace with like items four (4) 300 SCFM electric dehumidifiers. The TN ARNG will turn-in the uninstalled dehumidifiers to the Defense Reutilization and Marketing Office.


2) Uninstall and replace installed and obsolete automated control systems with new automated control systems including vehicle sensors for the four operational point (OP) systems. Remote monitoring is not required.


3) Repair installed spiral metal ducting and support posts as needed.


4) Provide and install spiral metal ducting with support posts for two (2) additional OP system points. Locations to be determined by the TN ARNG in conjunction with the Contractor.


5) Remove and replace the following:


a) All installed constant airflow regulators with new like items. Install new constant airflow regulators in the two new OP system points.


b) All installed flexible hoses and hose clamps with new like items. Install new flexible hoses and clamps on the two new OP system points.


c) All vehicle interface adapters (VIA) with new VIA for five (5) M1 Tanks and 25 M2 Bradley Fighting Vehicles. Install new VIA on the two new OP system points. The TN ARNG will turn-in the uninstalled VIA to the Defense Reutilization and Marketing Office.


6) Following installation of the new equipment, the Contractor will complete start-up and performance evaluations of the dehumidifiers and control systems.


7) The Contractor shall provide Familiarization Training for local Guardsmen on how the CHP system works and what it does for them.


 


 



Items 1001, 2001, 3001, 4001


1) General: The quarterly maintenance service item numbers are option periods for the 4 new units at Ft. Campbell. Contractor will propose four service visits per year. Each of these visits will be defined as a job in the contract. Period of performance will be one year for each period to begin one (1) year after date of contract.


2) Regular inspection & maintenance visits (4 visits per year) Must perform the following:


a. Inspect filters, ductwork, hoses, attachment adapters, and any other components critical to the operation of the dehumidifier. Contractor must replace any defective fair wear and tear items, i.e. belts, filters and hoses, at no additional cost. Contractor will submit a price proposal to repair or replace parts that are other than fair and tear.


b. In the event the dehumidifiers fail during this service agreement, the contractor will perform repairs at no additional cost for labor.


c. The quarterly maintenance plan will be for the 4 new units at Ft. Campbell.


 




Provisions and Clauses


FAR/DFARS
REFERENCE
NUMBER TITLE DATE
52.204-7 System for Award Management OCT 2018
52.204-13 System for Award Management Maintenance OCT 2018
52.204-16 Commercial and Government Entity Code Reporting JUL 2016
52.204-18 Commercial and Government Entity Code Maintenance JUL 2016
52.204-21 Basic Safeguarding of Covered Contractor Information Systems JUN 2016
52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013
52.212-1 Instructions to Offerors-Commercial Items (Class Deviation 2018-O0018) JUN 2019
52.212-4 Contract Terms and Conditions-Commercial Items OCT 2018
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Class Deviation 2018-O0021) JUN 2019
52.245-1 Government Property JAN 2017
252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011
252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016
252.211-7007 Reporting of Government-Furnished Property AUG 2012
252.223-7008 Prohibition of Hexavalent Chromium JUN 2013
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018
252.232-7010 Levies on Contract Payments DEC 2006
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.246-7003 Notification of Potential Safety Issues JUN 2013
252.246-7008 Sources of Electronic Parts MAY 2018
52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-O0003) DEC 2018
252.239-7017 Notice of Supply Chain Risk (DEVIATION 2018-O0020) SEP 2018
252.239-7018 Supply Chain Risk (DEVIATION 2018-O0020) SEP 2018


52.212-2 -- Evaluation -- Commercial Items.
As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows:
Evaluation -- Commercial Items (Oct 2014)
(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, price and other factors considered. The following factors shall be used to evaluate offers:


1. The Government shall perform a technical analysis of offerors proposal. To be technically acceptable the vendor must provide all deliverable on Technical Exhibit 1 on the Specifications. The vendor must provide a narrative explanation on each deliverables.


2. Past Performance within 3 years to include contract number(s)


3. Must be active in System of Award Management (SAM) as of the date of submission


4. Price


5. Additional incentives (for example: discounted parts for non-warrantied repairs)


Technical and past performance, when combined, are more important than price. Numbers 1-4 above are listed from greatest importance to least.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
As part of the price evaluation, the Government will evaluate the option to extend Services under FAR clause 52.217-8 by adding one-half of the Offeror's final option period price to the Offeror's total price. Thus, the Offeror's total price for the purpose of the evaluation (i.e. Total Evaluated Price) will include the base period, total of options, and one-half of the last year option to determine the price basis. Offerors are required only to price the base and the four one-year options. Offerors shall not submit a price for the potential one-half year extension of services period.
(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.


252.232-7006 Wide Area WorkFlow Payment Instructions.
As prescribed in 232.7004(b), use the following clause:
WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
(a) Definitions. As used in this clause-
"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.
"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.
"Payment request" and "receiving report" are defined in the clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically
process vendor payment requests and receiving reports, as authorized by Defense
Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for
Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a cost voucher.
(ii) For fixed price line items-
(A) That require shipment of a deliverable, submit the invoice and receiving report specified by the Contracting Officer.
____________________________________________________________
COMBO
(B) For services that do not require shipment of a deliverable, submit either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the applicable invoice and receiving report, as specified by the Contracting Officer.
____________________________________________________________
COMBO
(iii) For customary progress payments based on costs incurred, submit a progress payment request.
(iv) For performance based payments, submit a performance based payment request.
(v) For commercial item financing, submit a commercial item financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR) 52.213-1 is included in the contract.
[Note: The Contractor may use a WAWF "combo" document type to create some combinations of invoice and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0670
Issue By DoDAAC W912L7
Admin DoDAAC**
Inspect By DoDAAC
Ship To Code W90D14
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(4) Payment request. The Contractor shall ensure a payment request includes documentation appropriate to the type of payment request in accordance with the payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
_________________________________________________________________
APPLICABLE INFORMATION:
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)


 


 


 


DANNY H. FREDERICK, Contract Specialist, Phone 6153132668, Email danny.h.frederick.mil@mail.mil - Randal D. Halbrooks, Phone 6153132628, Email randal.d.halbrooks.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP