Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2002 FBO #0056
SOLICITATION NOTICE

29 -- 2,000 KVA Caterpillar Generator Set

Notice Date
1/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Broadcasting Board of Governors, Associate Director for Management, Office of Contracts (M/CON), 330 C Street, SW, Room 2500, Washington, DC, 20237
 
ZIP Code
20237
 
Solicitation Number
BBGCON-3602-S5282
 
Response Due
3/7/2002
 
Archive Date
3/22/2002
 
Point of Contact
Gary Hosford, Contracting Officer, Phone 202-619-2946, Fax 202-260-0855, - Herman Shaw, Contracting Officer , Phone 202-205--8412, Fax 202-260-0855,
 
E-Mail Address
ghosford@ibb.gov, hshaw@ibb.gov
 
Description
The Broadcasting Board of Governors/International Broadcasting Bureau (BBG/IBB) has a requirement to augment its existing electric power generation facilities at their Iranawila Transmitting Station in Sri Lanka. The additional capacity shall be provided by a generator set that is capable of parallel operation with an existing Caterpillar 3516B diesel engine and SR4B alternator equipped with a Type 826 Frame. Pursuant to FAR 12.603, the following constitutes both the synopsis and the solicitation: (i) 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; written proposals are herein being requested, and a separate written solicitation will not be issued. (ii) The solicitation number for this procurement is BBGCON-3602-S5282 and this solicitation is issued as request for proposal (RFP). (iii) incorporated provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2001-003, Title 48, December 27, 2001. (iv) The Contracting Officer has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement in accordance with FAR Subpart 19.502 entitled "Setting Aside Acquisitions". (v) The following three contract line items will be procured in the quantities shown: [CLIN No. 1] 1 each Caterpillar Model SR4B Generator with type 826 Frame or "equal item" possessing the following characteristics: (a) Generator Speed-1500 RPM, (b) Line Frequency-50Hz, (c) Line Voltage-400 VAC, (d) Current-2886.7 Amps, (e) KVA-2050, (f) KW-1640, (g) Operating Clock Hours-100 hours or less since date of original manufacture or since the completion of a certified and warranted overhaul by an Authorized Caterpillar Agent, and (h) Paralleling Capability-shall be capable of parallel operation with another SR4B generator equipped with a Type 826 Frame; [CLIN No. 2] 1 each Caterpillar Model 3516B Skid-mounted Engine or "equal item" possessing the following characteristics: (a) Operating fuel-No. 2 Diesel, (b) Horsepower-2293, (c) Aspiration-Turbocharged and aftercooled, (d) Fuel System-Direct unit injection, (e) Starting-24 Volt electric and/or compressed air start, (f) Operating Clock Hours-100 hours or less since date of original manufacture or since the completion of a certified and warranted overhaul by an Authorized Caterpillar Agent; [CLIN No. 3] 1 each Day Tank-1,000 US Gal, minimum with fuel transfer pump; and [CLIN No. 4] 1 each Woodward Model 2301-A electronic governor; The generator set shall be capable of being operated in prime service, i.e., output available with varying load for an unlimited time . The following optional Contract Line Items may be awarded within two years after contract award, at the discretion of the IBB: [OPTIONAL CLIN No. 5] Extended warranty, locally serviced, which shall cover parts and labor as necessary to warrant the installed equipment for an additional period of 4 years beyond the initial 1 year warranty. A total of 2,000 operating hours per year is estimated to represent average run-time, (note: one possible source of local warranty enforcement is United Tractor & Equipment Ltd, 683, Kattiyawatte Road, Mabole, Wattala, Sri Lanka Tel: (94)-1-938780, Tel: (94)-1-931549, Fax: (94)-1-931550, chaminda@utequip.com; [OPTIONAL CLIN No. 6] 1 each Compressed air starter kit for field installation on the 3516B engine; and [OPTIONAL CLIN No. 7] 1 each complete spare 24 volt electric starter that is interchangeable with the electric starter on the offered engine. The IBB will consider new generator sets, unused generator sets and other machines refurbished by Authorized Caterpillar agents to a nearly new condition. Dealer-overhauled units which are commonly referred to as ?zero-hour' overhauled equipment will also be considered. Any Offeror proposing unused generator sets, other machines refurbished by Authorized Caterpillar agents to a nearly new condition, or dealer-overhauled units which are commonly referred to as ?zero-hour' overhauled equipment shall provide evidence of warranty and operating condition. The offered equipment shall be complete, fully operable, and ready for installation and startup, with the exception of necessary fuels and lubricants. Multiple proposals from a single offeror are acceptable when each proposal is separately identified and complete. The Government will consider alternate generator set proposals when the offeror can demonstrate the alternate generator set is electrically and functionally compatible with specified generator. (vi) The generator and associated equipment (CLINs defined above) will be used to provide electrical power in case of utility failure at IBB's Sri Lanka Transmitting Station. (vii) All equipment is to be packed for overseas shipment. Items subject to breakage during shipment shall be suitably protected. The above items shall be delivered FOB Destination IBB Transmitting Station, Iranawila, Sri Lanka within 20 weeks after contract award. (viii) The provision at 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition-with no addenda to the provision. (ix) The provision at 52.212-2, Evaluation - Commercial Items, The Government will award a Contract resulting from this solicitation to the responsible Offeror whose proposal conforming to the specification requirements contained herein will be most advantageous to the Government based on price, past performance, and items offered. Therefore, the Offeror should submit a proposal for the base CLINs and all optional CLINs contained in above item (v). The base contract for above CLINs (1) through (4) will be awarded initially with the award of the above optional CLINs (5) through (7) being made at the discretion of the IBB. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition-with no addenda to the clause. (xii) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition as well as the following clauses contained within FAR Clause 52.212-5: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (Executive Order 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); 52.225-5, Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067,13121, 13129); 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration (31 U.S.C. 3332); and 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46. U.S.C. 1241). (xiii) There are not any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements-parts and repair labor as necessary for continued operation of the equipment provided for a period of 12 months from date of shipment FOB destination or 2,000 operating hours, whichever comes first) necessary for this acquisition other than those consistent with customary commercial practices. Failure to provide any of the above items may result in the rejection of your proposal. Full text of all FAR Clauses and provisions are available electronically at the following Internet address: (http://www.arnet.gov/far/). (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) None of the CBD numbered notes apply to this procurement. (xvi) Offers are due not later than 2 pm EST, March 7, 2002 and they shall reference RFP No. BBGCON-3602-S5282. CLINs (1) through (4) will be awarded initially with the award of the optional CLINs to be determined by need and suitability in the final configuration. The Offeror's proposed firm-fixed-price shall include engine generator set complete with listed appurtenances, warranties, packaging, insurance, transportation, import documentation fees and duties, in a single lump sum. The price proposal for each of the optional CLINs should be provided separately and be valid for two years after the award of the initial contract. (xvii) Any questions related to this proposed procurement shall be in writing and shall be sent directly and only to the Contract Specialist, Gary Hosford (fax 202-260-0855 or via e-mail at ghosford @IBB.gov). Offers shall be submitted in writing and must be signed by an official authorized to bind the Offeror's organization. Proposals shall be delivered to the BBG/IBB Office of Contracts, 330 "C" Street, SW, Room 2519, Washington, DC 20237, attn: Mr. Gary Hosford Oral and Facsimile proposals will not be accepted. All responsible sources may submit an offer, which shall be considered by the Agency.
 
Place of Performance
Address: All equipment is to be packed for overseas shipment. Items subject to breakage during shipment shall be suitably protected. Items shall be delivered FOB Destination IBB Transmitting Station, Iranawila, Sri Lanka
 
Record
SN20020127/00018811-020125210031 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.