Pennsylvania Bids > Bid Detail

Air Handlers: 15 Ton & 25 Ton

Agency:
Level of Government: Federal
Category:
  • 45 - Plumbing, Heating, and Sanitation Equipment
Opps ID: NBD00159072405584352
Posted Date: Feb 9, 2024
Due Date: Feb 26, 2024
Source: https://sam.gov/opp/b03afb6195...
Follow
Air Handlers: 15 Ton & 25 Ton
Active
Contract Opportunity
Notice ID
15B20724PR000114
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
FEDERAL PRISON SYSTEM / BUREAU OF PRISONS
Office
USP LEWISBURG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 09, 2024 12:25 pm EST
  • Original Date Offers Due: Feb 26, 2024 08:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4520 - SPACE AND WATER HEATING EQUIPMENT
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Lewisburg , PA 17837
    USA
Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is being issued as a Request for Quote (RFQ) and the number is RFQ 15B20724PR000114. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08 (September 23, 2022) The North American Industry Classification Code is 333415 This requirement is not set aside for small business concerns. The size standard is 1,250 employees. The U.S. Penitentiary in Lewisburg intends to enter into a firm-fixed price contract for the following commercial items:



**Pricing must include delivered price.



Quantity: 1



15 Ton Air Handler that meets or exceeds the following specs:




  • R-41OA

  • Four stage compressor, natural gas, staged heating, 350mbh input, 208/230-3-60, 5kA standard SCCR

  • 5HP medium static belt drive blower

  • Control of the VFD based on staged of cooling, provides Single Zone VAV Fan Operation

  • 2” pleated filter

  • Smart Equipment Controller including Discharge Air, Return Air, and Outdoor Air Temperature Sensors. BACNet MS/TP, Modbus and N2 Communication Card

  • Non powered convenience outlet

  • HACR Circuit Disconnect

  • Phase Monitor

  • Microchannel condenser coils

  • Copper tube/Aluminum fin evaporator coils

  • Hinged Access Panel

  • Stainless Steel Drain Pan



Quantity: 1



25 Ton Air Handler that meets or exceeds the following specs:




  • R-410A

  • Four stage compressor, natural gas, staged heating, 350mbh input, 208/230-3-60,

  • 10HP medium static belt drive blower

  • Control of the VFD based on staged of cooling, provides Single Zone VAV Fan Operation

  • 2” pleated filter

  • Smart Equipment Controller including Discharge Air, Return Air, and Outdoor Air Temperature Sensors. BACNet MS/TP, Modbus and N2 Communication Card

  • Non powered convenience outlet

  • HACR Circuit Disconnect

  • Phase Monitor

  • Microchannel condenser coils

  • Copper tube/Aluminum fin evaporator coils

  • Hinged Access Panel

  • Stainless Steel Drain Pan

  • Barometric relief damper



Trade off will be considered when evaluating price. Lowest price technically acceptable will not be an evaluation factor. We reserve the right to consider certain factors when evaluating price, such as delivery time frame, features of the equipment, warranty, product support, timeliness to fix and/or replace units etc in deeming paying more in relation to a "trade off" of what is deemed more valuable and in the best interest of the Government.



52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998)



This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov/far





52.212-1, Instructions to Offerors - Commercial Items (September 7, 2023);



Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items:



Vendors shall submit signed and dated offers by e-mail to: kmfisher@bop.gov



The date and time for receipt of quotes is February 26th at 8:00 AM Eastern Standard/Daylight Time. Offer must indicate Solicitation No. 15B20724PR000114, time specified for receipt of offer, name, address and telephone number of offeror, technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price and any discount terms. Offer must include a completed copy of representations and certifications at FAR 52.212-3, and acknowledgment of all amendments, if any.



Please note any offers that fail to furnish required representations and certifications, past performance information or reject the terms and conditions of the solicitation may be excluded from consideration. The Government may make award without discussions; therefore, the offeror's initial offer should contain its best pricing. Offerors should include their UEI number on the quote.



Award will be made to the offeror providing the offer which is determined to be the most advantageous to the Government after considering price and price related factors, to include past performance. Any amendments issued to this solicitation shall be synopsized in the same manner as this solicitation and must be acknowledged by each offeror. Offeror must hold prices firm for 60 calendar days from the date specified for receipt of offers. Offers or modifications to offers received at the address specified for the receipt of offers after the exact time specified may not be considered.



Questions regarding this requirement may be addressed in writing to Kristen Fisher at kmfisher@bop.gov All FAR forms, clauses and provisions necessary to submit an offer may be accessed at the following web site: http://www.acquisition.gov/far.



52.212-2 Evaluation - Commercial Items (Nov 2011)



(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:




  • PRICE

  • TECHNICALLY ACCEPTABLE

  • PAST PERFORMANCE

  • WARRANTY

  • DELIVERY TIME

  • FEATURES



52.212-3, Offeror Representations and Certifications - Commercial Items (November 2023) This provision is included as an attachment in full text.



An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision.



52.27.103-71, Faith-Based and Community-Based Organizations (AUG 2005)Faith-based and Community-based organizations can submit offers/quotations equally with other organizations for contracts for which they are eligible. (End of Provision)



Contract Clauses:



52.252-2, Clauses Incorporated by Reference (Feb 1998)



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 this/these address(es): http://www.acquisition.gov/far. (End of Clause)



52.212-4,Contract Terms and Conditions - Commercial Items (Nov 2023)



(t)Effective October 1, 2003, ALL contractors MUST be registered on the System for Award Management site (SAM) and must remain registered through final payment on the contract. For additional information and to register, go to www.sam.gov. Offerors responding to this solicitation must be registered on SAM for their offers to be considered for award.



52.247-34, F.O.B. Destination (NOV 1991)



52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2023).



52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive



Orders—Commercial Products and Commercial Services.



**attached**


Attachments/Links
Contact Information
Contracting Office Address
  • 2400 ROBERT F MILLER DRIVE
  • LEWISBURG , PA 17837
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 09, 2024 12:25 pm ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >