Federal Bid

Last Updated on 13 Apr 2012 at 2 PM
Combined Synopsis/Solicitation
Location Unknown

PTAC Units

Solicitation ID HSFEMW-09-Q-0020
Posted Date 16 Apr 2009 at 10 PM
Archive Date 13 Apr 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Continuity Section(Con50)
Agency Department Of Homeland Security
Location United states

COMBINED SYNOPSIS/SOLICITATION FOR SINGER TYPE-K PTAC UNITS OR EQUAL

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; offers are being requested and a written solicitation will not be issued. HSFEMW-09-Q-0020, issued as a Request for Quotation (RFQ), is for the purchase of replacement units for existing Singer Type-K PTAC Units with new packaged A/C units that are compatible with the existing wall sleeves and be similar and meet or exceed the specification of McQuay Type K PTAC units. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31, 03/19/09. The North American Industry Classification System (NAICS) code is 333415 and the small business size standard is 750 employees. This is an unrestricted procurement. It is anticipated that only one (1) award will result from this solicitation, via the issuance of a firm-fixed-price simplified acquisition/commercial item purchase order or a delivery order issued against a GSA Schedule contract. The Government anticipates the resultant award to be an Open Market purchase order or a GSA Schedule delivery order or a combination of GSA Schedule item pricing and Open Market pricing. If GSA Schedule pricing is being proposed, the offeror shall provide the GSA Schedule Contract number and its expiration date. If both GSA Schedule pricing and Open Market pricing are being proposed, the offeror shall designate which items are GSA Schedule pricing and which items are Open Market pricing. Please include all applicable GSA discounts in your offer. Items are to be delivered to Federal Emergency Management Agency, Mount Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, which is also the place of inspection and acceptance. FOB destination pricing is requested. The Government desires delivery within sixty (60) days (or sooner) after receipt of order. The agency Contracting Officer has approved this acquisition for award to one (1) manufacturer. Proposed offers must provide items meeting the following specifications: Manufacturer will provide a complete unit with the exception of a wall sleeve. It will include a cooling package, a heating package, control package, and interior room enclosure. Cooling package (QTY varies): Air-cooled refrigeration, electric 208V 1 PH, (QTY 2) 12 MBH Nominal total cooling capacity (McQuay Size 12 equivalent), (QTY 13) 9 MBH Nominal total cooling capacity (McQuay Size 9 equivalent), (QTY 13) 7 MBH Nominal total cooling capacity (McQuay Size 7 equivalent), Night-setback not required, and Include Permanent washable filter. Heating package (QTY 28): Type: hot water (50% propylene glycol), Minimum BTU/HR: 9000 A approx 1.1 GPM, Entering water temp: 180F, Preinstalled Valve package: N.O. 2-way valve with actuator, isolation valves, circuit setter (.5-1.5 GPM), unions, manual air vent, drain (strainer optional), Combination valves are acceptable and desired, max valve close-off pressure: 20 PSI, ½" Type L copper pipe, Max total pressure drop for all valves and hot water coil: 3 FT H20, LH supply and RH return (see diagram for valve layout which can be provided via email). Miscellaneous (QTY 28): Interior room cabinets - Type K standard dimensions, Each unit will need a control system. The controls will be in a separate module (short box) that will be mounted in the unit and line up with the room cabinet access panel. The controls will be fully functional with all included packages and actuators. Controls: Unit mounted adjustable thermostat with heat anticipator, heat-cool-off switch, and high-low fan switch, and high-low fan switch. BASIS FOR AWARD: The Government will make award to the responsible/responsive offeror whose offer will be most advantageous to the Government based on lowest price/technically acceptable factors. In order to be found technically acceptable, the offeror must be capable of providing the products as specified and within the specified delivery time. The requirements detailed in this solicitation shall be used as criteria to evaluate offerors. The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition, if the offeror is proposing open market pricing. Also, if open market pricing is being provided, offerors are to include a completed copy of FAR provision 52.212-3 "Offeror Representations and Certifications--Commercial Items" with their response or provide this information via the ORCA website, http://orca.bpn.gov. The following FAR clauses also apply to open market pricing: 52.212-4 "Contract Terms and Conditions--Commercial Items" and 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. Applicable clauses incorporated by reference are: 52.204-7, 52.212-4, 52.232-1, 52.232.23, 52.232-25, and 52.243-1. HSAR clause 3052.209-70 "Prohibition on Contracts with Corporate Expatriates" also applies to this award. The aforementioned FAR provisions and clauses can be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov//interwebassetlibrary/DHS_HSAR_With_Notice_04-01.pdf. A written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror shall result in a binding contract without further action by either party. Written responses to this RFQ are due by 4:00 PM/EDT, 05-04-2009 and may be emailed to [email protected] or faxed to Ms. Hawkins at 540-542-2631. Mailed responses shall be addressed to FEMA, MWEOC, 19844 Blue Ridge Mountain Road, Mt. Weather, VA 20135-2006, ATTN: Ms. Sandra J. Hawkins, Bldg. 772. Emailed and/or faxed responses are preferred. Offerors are reminded that award can only be made to a Contractor who is registered in the Central Contractor Registration (CCR) database. Technical and/or administrative questions must be emailed to [email protected] or faxed to Ms. Hawkins at 540-542-2631 and received no later than 12:00 PM/EDT, 04-23-2009. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.

Bid Protests Not Available

Similar Past Bids

Davenport Iowa 31 Dec 2019 at 5 AM
North carolina 20 Apr 2023 at 8 PM
Mountain Wisconsin 04 Mar 2009 at 9 PM
Norfolk Virginia 06 Mar 2019 at 1 PM
Missouri Not Specified

Similar Opportunities

Washington 25 Jul 2025 at 3 PM
Pennsylvania 11 Jul 2025 at 6 PM
Camp pendleton California 11 Jul 2025 at 5 PM
Pennsylvania 20 Jul 2025 at 4 AM (estimated)
Pennsylvania 20 Jul 2025 at 4 AM (estimated)