Skip to main content

An official website of the United States government

You have 2 new alerts

Trane Equipment

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)
  • Original Published Date: Feb 24, 2011 10:22 am EST
  • Original Date Offers Due: Mar 10, 2011 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 02, 2019
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 41 - REFRIG, AIR CONDIT/CIRCULAT EQPT
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    1201 E H White PATRICK AFB , FL 32925
    USA

Description

Combined Synopsis/Solicitation

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; proposals are being requested and a written solicitation will not be issued.

The solicitation number FA2521-11-Q-B-003 shall be used to reference any written quote provided under this request for quote.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-48.

This is an unrestricted acquisition for Trane equipment. The North American Industry Classification System (NAICS) code for this project is 333415 with a size standard of 750 employees.
Item Description Qty Unit
0001 PACKAGE UNIT, P/N TSH120E4ROB-A00500000000, DX COOLING, STANDARD EFFICIENCY, 10 TON NOMINAL COOLING CAPACITY R-410A, 460 VOLT 3 PHASE, 0-50% MANUAL DAMPER, CONVERTIBLE CONFIGURATION, MICROPROCESSOR CONTROLS 3 PH, HAIL GUARD, CORROSION PROTECTION TO MEET 45TH SPACE WING DIV. 23 SPEC. 3 EA
0002 TRANE AXIOM WATER-SOURCE PACKAGED UNIT; P/N GEHVE1803-*A---T-B;HIGH EFFICIENCY VERTICAL; DEVELOPMENT R-410A; 208 VOLT 3 PHASE POWERE SUPPLY; COPPER HEAT EXHANGER; COOLING ONLY REFRIGERANT CIRCUIT; TOP SUPPLY AIR ARRANGEMENT; TRACER ZN524 CONTROLS; ENHANCED SOUND ATTENUATION PACKAGE; 1" THROWAWAY FILTER; MEASURE FLOW HOSE KIT. 1 EA
0003 AIRHANDLER P/N DUFB51069G0EC084DAABC-ADAA00; UF COIL 1/2" DX DELTA-FLO; UNIT HEIGHT COIL; PACKED ELBOWS; COOLING UNIT WITH DRAIN HOLES; COIL FOR USE IN MC UNIT (MCCA); HORIZONTAL COIL; 25; MEDIUM COIL MODULE; RIGHT HAND SUPPLY; STAINLESS STEEL CASING; 6 ROWS; ALUMINUM FINS; COMPLETE COAT EPOXY E-COAT; ARI RANGES APPLIED; ARI RATED; R-410A; INTERTWINED CIRCUITS; 3/16" DIAMETER DISTRIBUTER TUBES; FULL CIRCUITING. 1 EA
0004 ACKAGED COOLING ROOFTOP UNIT , P/N TCH150E400, STANDARD COOLING ONLY, HORIZONTAL AIRFLOW, 12.5 TON NOMINAL COOLING CAPACTIY R41A, 460 VOLT 60 HERTA 3 PHASE, 0-50% MOTORIZED DAMPER (FID), 2H/2C DIGITAL DISPLAY-PROGRAMMABLE (FID), 36KW@240,460,600V ELECTRIC HEATERS (DERATE TO UNIT VOLTAGE) (FID), COIL COATING DONE AT FACTORY, FACTORY OWNER TRAINING AFTER STARTUP. 1 EA
0005 CHILLER P/N CGAM060F2*02AXD2A1A1A1DXXA1C1AXXXXXXXAXA3A1D1X-L-X, AIR COOLED SCROLL CHILLER, 60 NOMINAL TONS, 460 VOLT 3 PHASE, HIGH EFFICIENCY/PERFORMANCE, FULL FACTORY REFRIGERANT CHARGE (R-41A), FREEZE PROTECTION (EXTERNAL T-STAT CONTROL), REFRIGERANT ISOLATION VALVES (DISCHARGE VALVE), STARTUP ALLOWANCE, GROOVED PIPE CONNECTION, FACTORY INSULATION-ALL COLD PARTS, WIDE AMBIENT (0 TO 125F/-18 TP 52C), CORROSION PROTECTION TO MEET 45TH SPACE WING DIV. 23 SPEC., ACROSS THE LINE STARTER/DIRECT ON LINE, SINGLE POINT POWER CONNECTION, CIRCUIT BREAKER, WITH WATER STRAINER FACTORY INSTALLED, ARCHITECTURAL LOVERED PANELS, 5 YEAR COMPRESSOR PARTS WARRANTY. 3 EA
0006 AIR HANDLER AND CONDENSER, P/N TTA090D4HS-TWE090E300; AIR COOLED OUTDOOR CONDENSING UNIT AND INDOOR AIR HANDLER. CONDENSING UNIT: 7.5 NOMINAL COOLING CAPACITY R410A, 460 VOLT 3 PHASE, SINGLE COMPRESSOR, FULL FACTORY REFRIGERANT CHARGE (R-410A), CORROSION PROTECTIONS TO MEET 45TH SPACE WING DIVISION 23 SPECIFICATION, HALGUARD. TWE AIR HANDLER: 7.5 TON NOMINAL COOLING CAPACITY R-410A, DUAL REFRIGERANT CIRCUIT,208 VOLT 3 PHASE SUPPLY FAN, ELECTRONIC 2HTG/LCLG. NON-PROGRAMMABLE THERMOSTAT, 1 ANTI-SHORT CYCLE TIMER, 1 LOW AMBIENT MODULATING. 1 SET
0007 AIR CONDITIONER, P/N TEH360B4, DX COOLING WITH ELECTRIC HEAT, STANDARD EFFICIENCY THROWAWAY FILTER 2", 30 TON NOMINAL COOLING CAPACTIY, 460 VOLT 3 PHASE, 0-25% NAMUAL DAMPER, HORIZONTAL CONFIGURATION, 54 KW ELECTRIC HEAT, 10 HP HIGH EFFICIENCY SUPPLY MOTOR, 700/583 SUPPLY FAN DRIVE, CV (ZTC) ZONE TEMP CONTROL, CONDENSER COIL HAIL GUARDS, CORROSION PROTECTION TO MEET 45TH SPACE WING DIVISION 23 SPEC., 2ND-5TH YEAR REPLACEMENT COMPRESSOR WARRANTY. 1 EA
0008 TRANE AXIOM WATER-SOURCE PACKAGED UNIT; P/N GEHVE1203-*A---T-B; HIGH EFFICIENCY VERTICAL; DEVELOPMENT R-410A; 208 VOLT 3 PHASE POWER SUPPLY; COPPER HEAT EXCHANGER; COOLING ONLY REFRIGERANT CIRCUIT;TOP SUPPLY AIR ARRANGEMENT; TRACER ZN524 CONTROLS; ENHANCED SOUND ATTENUATION PACKAGE; 1" THROWAWAY FILTER; MEASURE FLOW HOSE KITS. 2 EA

Brand name Trane has been approved with justifcation attached.

Estimated Delivery Time: ____________

Warranty: ________________

FOB: Destination

Ship to address: Transportation Officer - FE2520
Bldg 822 Between 7:30 a.m. - 3:30 p.m.
Patrick AFB, FL 32925-5270

FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies:

RFQ due date: 10 March 11
RFQ due time: 3:00 p.m.

Fax RFQ 321-494-2706 or mail to:


45th Contracting Squadron
Attn: FA2521-11-Q-B-0003
1201 Edward H. White II Street, MS 7200
Patrick AFB, FL 32925-3238
Email or verbal quotes are not acceptable

All questions regarding this solicitation must be fax to 321-494-2706 by 1:00 pm 3 March 11.

All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award.

The following FAR clauses apply to this solicitation:

FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria.

FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. (Use Alternate II for SDB procurement mechanisms are authorized on a regional basis) All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal.

FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government.

FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable:
FAR 52.202-1, Definitions
FAR 52.203-3, Gratuities
FAR 52.222-50, Combating Trafficking in Persons (Feb 09) Alternate 1 (Aug 2007)
FAR 52.233-3, Protest After Award (Aug 1996)
FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 04)
FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95)
FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010)
FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Dec 10)
FAR 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Jan 2011)
FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011)
FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2009)
FAR 52.222-3, Convict Labor (June 2003)
FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010)
FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
FAR 52.222-26, Equal Opportunity
FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Oct 2010)
FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations
FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)
FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010)
FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 08)
FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)
FAR 52.247-64, Preference for Privately Owned U.S. - Flag Commercial Vessels

FAR 52.222-99, Notification of Employee Rights under the National Labor Relations Act (Class Deviation 2010 OOO13)(June 2010)
FAR 52.223-4, Recovered Material Certification (May 2008)
FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification (Sep 2010)
FAR 52.233-1, Disputes

The following DFARS clauses are applicable to this solicitation:

DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009)
DFAR Provision 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2011)
DFARS 252.225-7001, Buy American Act and Balance of Payment Programs (Jan 2009)
DFARS 252.225-7012, Preference for Certain Domestic Commodities
DFARS 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008)
DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998)
DFARS 252.247-7023, Alternate II (May 2002)
The following AFFARS clause is applicable to this solicitation:
AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil.
AFFARS 5352.242-9000, Contractor Access to Air Force Installations
The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.

 

Contact Information

Contracting Office Address

  • AF BPN NO MLSBLS PROC CP 3214946871 1201 EDWARD H WHITE II ST MS 7200
  • PATRICK SFB , FL 32925-3237
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Jul 02, 2019 06:35 pm EDTCombined Synopsis/Solicitation (Original)