Federal Bid

Last Updated on 01 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Massachusetts

T.S. KENNEDY - A/C Equipment and Components

Solicitation ID DTMA-92-Q-2011-0077
Posted Date 07 Sep 2011 at 6 PM
Archive Date 01 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 6933a2 Dot Maritime Administration
Agency Department Of Transportation
Location Massachusetts United states
 

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is stated above, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective August 4, 2011.

NAICS code 333415 applies. This is a small business set-aside.

The U.S. Maritime Administration (MARAD), Norfolk, VA intends to award a firm fixed price purchase order for T.S. KENNEDY for the following requirement:

CLIN 0001 - Issued for the provision of the following air conditioning components and equipment:

CLIN 0001AA - SAMSUNG 36K OD R410A DUAL/TRI/QUAD P/N MH080FXCA4A OR EQUAL WITH THE FOLLOWING FEATURES,

•-       Built in low ambient control

•-       The unit shall supply power to indoor units via 14AWG X 3 power wire from the outdoor unit

•-       The outdoor unit shall be galvanized steel with a baked on powder coated finish for durability

•-       The heat exchanger shall be mechanically bonded fin to copper tube

•-       Control signal shall be a DDC type signal , 16AWG X 2 shielded interconnect wire between condenser and evaporator for communication

•-       Controls shall integrate with a BMS system

•-       The refrigerant shall be R410A

•-       The compressor shall be hermetically sealed, inverter controlled, Twin BLDC Rotary

•-       Refrigerant flow shall be controlled by 4 separate electronic expansion valves at outdoor unit

•-       The unit shall be compatible with Samsung evaporator model numbers: MH026FNCA, MH026FECA, NJ0261HXCA, NJ026MHXCA, NJ030MHXCA, MH035FNCA, MH035FECA, NJ0351HXCA, NJ035MHXCA, MH052FNCA, MH052FECA, NJ052MHXCA

 

$______________ (CLIN 0001AA)

CLIN 0001AB - SAMSUNG 9K HW R410A P/N MH026FNCA OR EQUAL WITH THE FOLLOWING FEATURES,

•-       Electro-static, washable, silver coated main filter as standard

•-       Supplemental, replaceable, anti-allergy and deodorizing filters

•-       Chassis with galvanized steel mounting bracket

•-       The heat exchanger shall be mechanically bonded fin to copper tube

•-       Indoor fan shall be a single, antibacterial cross flow type Three fan speed settings and auto setting

•-       Controls shall unit comes with a wireless controller as standard. The unit shall be operated via a wireless or wired remote control with DDC type signal Controls shall integrate with a BMS system Control wiring shall be 16AWG X 2 shielded wire.

•-       The unit shall be compatible with Samsung Free Joint Multi (FJM) condensing units: MH050FXCA2A and MH080FXCA4A

 

$________________ (CLIN 0001AB)

 

CLIN 0001AC - SAMSUNG 1/4X3/8X50 DZ LS W/PWR & CNTRL CBL P/N: ILS5006 OR EQUAL

                $_________________ (CLIN 0001AC)

 

CLIN 0001AD - CONDENSATE PUMPS FOR SAMSUNG 9K HW R410A P/N: MH026FNCA OR EQUAL

                $__________________ (CLIN 000AD)

 

CLIN 0002 - Estimated Shipping Charges to FOB Destination

                                $_________________ (CLIN 0002)

 

FOB Destination:

Massachusetts Maritime Academy
101 Academy Drive
Buzzards Bay, MA 02532

 

The following FAR and Transportation Acquisition Manual (TAM) provisions and clauses apply to this solicitation and are
incorporated by reference.

52.252-2 Clauses Incorporated by Reference

This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet addresses:

Federal Acquisition Regulations (52.)                https://www.acquisition.gov/comp/far/current/html/FARTOCP52.html

Transportation Acquisition Regulations (1252.)                http://www.dot.gov/ost/m60/tamtar/part1252.htm

U.S. Maritime Administration Provisions and Clauses (MCL.)  https://voa.marad.dot.gov/Solicitation_Awards/docs/mar-380/MARAD%20Clauses%20MCL%20for%20HTML.htm

52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
(Offerors are required to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.)
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; within FAR Clause 521112-5(b) and (c), the following Items are designed by the Contracting Officer to apply to the solicitation:

52.219-28 Post-Award Small Business Program Representation.
52.222-3 Convict Labor,
52.222-19 Child Labor - Cooperation with Authorities and Remedies,
52.222-21 Prohibition of Segregated Facilities,
52.222-26 Equal Opportunity,
52.222-36 Affirmative Action for Workers with Disabilities, (Over 15K)

52.2253, Buy American Act‐‐Free Trade Agreements‐‐Israeli Trade Act (Over 25K)
52.225-13 Restrictions on Certain Foreign Purchases, and
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration
52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving
1252.223-73 Seat Belt Use Policies and Programs

 INVOICE SUBMISSION INSTRUCTIONS - MARAD

The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred.
(1) Electronic invoices shall be addressed to [email protected], with copy to [email protected]

Electronic invoices shall conform to the following criteria, or be subject to rejection:
a. Invoice and supporting documentation shall be in Adobe Acrobat (pdf) format.
b. The e-mail subject shall include the contract/purchase order number and invoice number.
c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment instructions (i.e., financial institution, ABA routing #, account #)

(2) Paper invoices shall be submitted to one of the following addresses. Multiple copies are not required.

MARAD A/P SAR Invoices Branch
AMZ-160
PO Box 25710
Oklahoma City, OK 73125

If a street address is required for delivery (i.e., Federal Express), the following address may be used in lieu of the post office box:

MARAD A/P SAR Invoices Branch
AMZ-160
6500 S MacArthur Blvd.
Oklahoma City, OK 73169   

Responsible sources shall provide the following:

Price quote which identifies the requested item(s), quantity, unit price, and extended price

Total price
Prompt Payment Terms
Remittance address, Tax Identification Number, DUNS number and Cage Code
Responses to this solicitation are due September 16, 2011 at 1:00 p.m. local time, Norfolk, VA. LATE QUOTES MAY NOT BE CONSIDERED FOR EVALUATION.  All Quotes are to be emailed to Monique.Leake@dot.gov.  No faxed quotes will be accepted.  Please reference the solicitation number on your quote.

BASIS FOR AWARD
Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price.

Bid Protests Not Available