Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2002 FBO #0285
SOLICITATION NOTICE

99 -- Portable trailer mounted 250KW generators. Each generator must operate at 1800 rpm and with a user selectable multi-voltage rating of 120/240 Volts AC, Single phase, 120/208, 240, or 277/480 Volts AC, Three phase, Four-wire, 60 hertz.

Notice Date
9/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Engineer District, St. Paul - Civil Works, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
DACW37-02-T-0023
 
Point of Contact
Laird Draves, 651-290-5421
 
E-Mail Address
Email your questions to US Engineer District, St. Paul - Civil Works
(laird.c.draves@mvp02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA (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; quotations a re being requested and a separate written request for quotation will not be issued. (ii) The reference number is DACW37-02-T-0023 and the solicitation is issued as a request for quotation (RFQ). (iii) The provisions and clauses incorporated into this solic itation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Feder al Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ (iv) This solicitation utilizes Full and Open competition. No Set-Asides apply to this effort. The associated NAICS code for this effort is 3353 12 and small business size standard is 1,000 employees. (v) This requirement consists of 2 line items (0001 ? Portable Generators, qty 2 Ea.) and (0002 ? Training Services, qty 1 lot). (vi) Items to be provided under this contract consist of: two portable trailer mounted 250KW generators. Each generator must operate at 1800 rpm and with a user selectable multi-voltage rating of 120/240 Volts AC, Single phase, 120/208, 240, or 277/480 Volts AC, Three phase, Four-wire, 60 hertz. Voltages must be field selec table without making wiring changes. This effort also requires one person to provide one day of training services on the operation of the portable generators. A detailed description of the line items is included in addendum I, Scope of Work. (vii) Deli very and acceptance of deliverables will be FOB destination, Wahpeton, ND. Estimated period of performance is 120 days from date of award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. (ix) The provi sion at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. The following text is added to Paragraph (a) of FAR 52.212-2: (Low Price Technically Acceptable). This acquisition will be conducted using the Test Program for Certain Commerci al Items under FAR 13.5. A competitive award will be made to the responsible firm with lowest priced technically acceptable quote. Each generator at a minimum must meet or exceed the technical specifications outlined within the addendum I, Scope of Work, to be technically acceptable. Technical acceptability is on a pass-fail basis. Additional guidance on price is provided under provision 52.212-1 section (g). (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, a pplies to this solicitation. The contractor shall return a completed copy of this provision with its quotation. Paragraph (b), Taxpayer Identification Number (TIN), of provision 52.212-3 does not apply. A copy of the provision may be attained from http:// www.arnet.gov/far. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum information includes; delivery, training, and extended warranty information. (xii) The clause at 52.212-5 (Dev), Contra ct Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and is applicable to this acquisition. 52 .203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8 Utilization of Small Business Concerns; 52.222-19, Child Labor ? Co-operation with Authorities and remedies; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Acti on for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veter ans and Veterans of the Vietnam Era; 52.225-13, Restrictions on Certain Foreign purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. FAR clause 52.204-4, Printed or Double-Sided on Recycled Paper applies to this eff ort. The DFAR clause 252.209.7001 Disclosure of Ownership or control by the government of a terrorist country applies to this acquisition. The DFAR clauses 252.212-7000, Offeror representations and certifications-Commercial Items applies to this acquisiti on; The DFAR clauses at 252.204-7004, Requires Central Contractor Registration, (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov The clause at 252.212-7001 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders applicable to Defense acquisitions of commercial items applies to this acquisition. The following clauses identified at paragraph b of the clause are considered checked and is applicable to this acquisition. 52.203-3 Gratuities; 252.225-7001 Buy American Act and balance of payments programs; 252.243-7002 Requests for equitable adjustment. 252.225.7012; Preference for certain domestic commodities. 252.225-7017 Prohibition on award to companies o wned by the People?s Republic of China applies to this acquisition. EFARS clause 52.232-5002 Continuing Contracts (Alternate) applies to this acquisition. The fill in amount in paragraph (a) of the aforementioned clause is $15,000.00. The full text of the Engineering Federal Acquisition Regulation (EFARS) can be accessed on the Internet at http://www.hq.usace.army.mil/cepr/asp/library/efar.asp?strCat=7&strSubCat=7 (xiii) This procurement calls for a standard 1 year warranty (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) Numbered note 23 applies to this acquisition. (xvi) Quotations are due at the Army Corps of Engineers Center, 190 Fifth Street East, St. Paul, MN 55101-1638 no later than 20 Sep 2002. F axing or emailing quotes is acceptable. (xvii) The assigned Specialist is Mr. Eddie T. Shaw. Mr. Shaw may be reached at Eddie.T.Shaw@USACE.Army.Mil, (651) 290-5723 or by fax, (651) 290-5706. Addendum I, Scope of Work, and Addendum II, Pricing worksheet, a re available for download on the St Paul District?s website at https://mvpwww.mvp.usace.army.mil/ebs/AdvertisedSolicitations.asp
 
Place of Performance
Address: US Engineer District, St. Paul - Civil Works Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
Country: US
 
Record
SN00163681-W 20020913/020911213820 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.