Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

36 -- Hydrogen Generator

Notice Date
8/25/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N68936 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
 
ZIP Code
00000
 
Solicitation Number
N6893604R0078
 
Response Due
9/13/2004
 
Archive Date
11/13/2004
 
Point of Contact
Sue Casey (760)939-4115 Sue Casey, Contract Specialist (760)939-4115, Theodore W. Fiske, Contracting Officer (760)939-8182
 
E-Mail Address
Email your questions to Sue Casey
(sue.casey@navy.mil)
 
Description
The Naval Air Warfare Center Weapons Division (NAWCWD), China Lake, issuing 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. Award will be in accordance with FAR Part 13.5 test procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This is a 100% Small Business Set-Aside The NAICS Code is 333999 and the Size Standard is 500employees. The resulting contract will be a Firm-Fixed price type contract. NAWCWD intends to procure one Hydrogen Generator which MUST meet the following specifications: 1) This unit will convert water to hydrogen gas using photovoltaic or utility grid power. 2) Production rate of hydrogen: Minimum 1.! 0Nm3/hour (38 Standard Cubic feet/hour) using either a photovoltaic array or the utility grid as a power source. 3) This unit will be used to fill a hydrogen tank, which may be at any point between empty and pressurized up to 250 PSI. Hydrogen must be delivered out of the unit at pressures up to 250 PSI in order to fill tank. 4) Technology: the hydrogen must be generated using PEM cell technology. 5) Input power sources: Must operate off both of the following inputs. Operation will use one of these input power sources at a time: (A) Photovoltaic: A solar array which has a rated power of 10kW at its maximum power point. The Government will provide the solar array. The maximum power point voltage will vary between 60 and 200VDC during a yearly cycle. The unit must perform maximum power point tracking in the array to extract the most power from it. (B). Grid power: 200 to 250 VAC single phase, 50/60 Hz. 6) Construction: (A) Must be self-contained unit transportable by ! forklift or crane. (B) Maximum allowable weight of the entire unit is 4000 lbs, including a full tank of water. (C) Must operate in desert environment. Environmental extremes are 20 degrees to 120 degrees F. (D) Must have a minimum of 55 gallons of water contained inside the unit. Must accept replenishment water with a temperature from 33 to 100 degrees to refill this tank. The replenishment of the water tank must be automatic. (E) Must have a water treatment system that accepts tap water as an input. Output of the water treatment system into the internal water tank shall be water rated as Type 1 or Type 2. 7) Maintenance: On-site maintenance for the unit must be provided for a period of one year after delivery. 8) Training: Provide on-site training in operation and recurrent training to personnel at the delivery site. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items (Jan 2004) applies to this acquisition and there are no addenda to the pr! ovision. Offeror must include a completed copy of the provisions at FAR 52.212-3 ALT I Offeror Representations and Certifications _ Commercial Items (Jan 2004) and DFARS 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Nov 1995) with their proposal. These can be found at http://farsite.hill.af.mil or http://www.arnet.gov/. FAR Clause 52.212-4 Contract Terms and conditions ? Commercial Items (Oct 2003) applies to this acquisition and there are no addenda to this clause. FAR Clause 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (May 2004) including FAR clauses ? 52.203-6 Restrictions on Subcontracting Sales to the Government (Jul 1995), 52.219-6 Notice of Total Small Business Aside (June 2003), 52.222-3 Convict Labor (Jun 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Vete! rans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-1 Buy American Act?Supplies (Jun 2003), 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003). The following Clauses/provisions apply to this solicitation: 52.203-3 Gratuities (Apr 1984), 52.232-2 Service of Protest (Aug 1996) (fill-in: Contracting Officer Theodore W. Fiske, Code 220000D, 429 East Bowen Road Mail Stop 4015, Nava Air Warfare Center Weapons division China lake CA 93555-6108); 52.247-34 FOB Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998(; 52.252-2 Clauses Incorporated by Reference (Feb 1998); 52.246-2 Inspection of Supplies Fixed Price (Aug 1996); 52.245-16 Responsibility for Supplies (Apr 1984), 252.20! 4-7004 Required Central Contractor Registration (Mar 1998); 252.212-7000 Offeror Representations and Certifications ? Commercial Items (Nov 1995); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 1999) including 52.203-3 Gratuities (Apr 1984), 252.225-7001 Buy American Act and Balance of Payments Program (Apr 2003), 252.247-23 Transportation of Supplies by Sea (May 2002) and 252.247-7024 Notification of Transportation of Supplies by Sea (Mar 2000); 5252.243-9504 Authorized Changes Only by the Contracting Officer (Fill-in to be completed at award). 52.212-2 Evaluation ? Commercial Items (Jan 1999), Award will be based on Technical acceptable offer at the lowest price. Delivery address will be provided at time of award. All offers shall submit a written proposal and submit to Commander Code 220000D, Attn Sue Casey, 429 East Bowen Road, Mail Stop 4015, Naval Air Warfare Cent! er Weapons Division, China Lake, CA 93555-6108, or fax to Attn Sue Casey (&60)939-3095 or e-mail sue.casey@navy.mil. All proposal must include RFP # N68936-04-R-0078, proposed delivery date and include the offeror?s representations and certifications as specified above. All responsible sources may submit a proposal, which shall be considered by the agency. All proposal are due on or before 13 Sep 04, award will be made on or about 27 Sep 04. See number note 1 Set Aside= small business NAICS Code = 333999
 
Record
SN00654076-W 20040827/040826080004 (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  © 1994-2020, Loren Data Corp.