Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2005 FBO #1203
SOLICITATION NOTICE

61 -- Multi featured/sound attenuated diesel generator sets.

Notice Date
3/11/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
M00681 Oceanside, CA
 
ZIP Code
00000
 
Solicitation Number
M0068105T0056
 
Response Due
3/17/2005
 
Archive Date
4/16/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12 and 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote (RFQ) solicitation number is M0068105T0056. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-27. This is an unrestricted acquisition. The Federal Supply Code is 6115 and the NAICS code is 335312. The Regional Contracting Office, Southwest Camp Pendleton CA 92055 has a requirement for multi-featured/sound attenuated diesel generator sets. The requirement is for six (6) generators to be delivered to the Government no later than May 9, 2005. Contractor is required to provide on site training at Camp Pendleton, California within two weeks of Government receivng generators. Contractor shall have certified repair personnel located in Iraq to! ensure rapid repair capability. Specifications are as follows: AIR INLET SYSTEM: Air-to-Air Aftercooler, Air Cleaner; dual element with service indicator Turbocharger, CHARGING SYSTEM: Battery charger; shock mounted and enclosed in a dust-proof housing Charging alternator; 24V-45A, heavy duty with integral regulator CONTROL SYSTEM: ADEM II engine controller; COOLING SYSTEM: Drain lines; exterior, Blower fan, fan drive and fan guard (with vertical discharge through enclosures), belt guards Thermostats and housing; full open temperature 92C (198F) Radiator; 4 row, cross-flow with top mounted charge air cooler, base mounted, coolant level sight gauge Jacket water pump; gear driven, centrifugal; DISTRIBUTION PANEL Padlockable Doors Side hinged padlockable doors with rust resistant pinned hinges Designed with adequate space to allow for full connection of the 250 volt twist lock plug and wire with the door closed Two individual sets of bus bar connections - easy access fo! r connections through bottom of unit even when on the ground 240 and 480 volt capability hinged load cover door with clear plexiglass window that must be closed for main circuit breaker operation 2 main circuit breakers; 240V-1200A and 480V-500A with 24V shunt trip wired to load door safety switch, engine faults and shut down system. Current transformers; hard mounted Receptacles with individual circuit breakers: 1 - 240 volt, 50 amp twist lock 1 - 480 volt, 20 amp twist lock 2 - 120 volt, 15 amp duplex with GFI 2 - 120 volt, 25 amp twist lock with GFI Remote start/stop contacts Shore Power connections for jacket water heater, battery charger, generator space heater. ENCLOSURES: 2 gauge steel Padlockable doors with plated hinges and stainless steel hardware, doorkeepers on all doors Modular panel construction One piece welded roof design with 2 degree pitch Separate vented battery compartment Single point lifting arch Sound attenuation Exterior oil and water drains with ! interior brass ball valves mounted inside enclosure Hidden exterior fuel drain located in front of base Hand holds and steps with skid covered fender EXHAUST SYSTEM: Exhaust manifold; dry with stainless steel coupling, vertical exhaust discharge with rain cap mounted in radiator plenum FUEL SYSTEM: Primary fuel filter/water separator; LH Secondary fuel filter; spin on, LH Fuel pressure gauge; LH Fuel priming pump; LH Fuel transfer pump 24 hour, dual wall, fuel tank base with 1363 L (360 gallons) capacity; engine fluids and overflow fuel spill containment Main fuel tank vented to atmosphere through radiator exhaust plenum GENERATORS AND GENERATOR ATTACHMENTS: Brushless, permanent magnet SR4B 449 frame size generator; 240/480 volt windings brought out to separate set of bus bars on distribution panel Coastal insulation protection Includes shock mounted VR3 voltage regulator with cover 120V/500W space heater; INSTRUMENTATION: Control panel; mounted in enclosure, Includes -! Standard generator controls and monitoring: Digital ammeter, voltmeter, and frequency meter - Ammeter/voltmeter phase selector switch Voltage adjust rheostat Standard fuel tank monitoring High/Low fuel level and leak detection alarm lights Fuel level gauge with light Alarm light module Standard engine controls and monitoring: Automatic/manual start stop/control Engine control switch for off/reset, auto start, manual start/stop Cycle cranking Cooldown timer Interior and exterior emergency stop pushbuttons Safety shutdown protection and LED indicators for: Low oil pressure High coolant temperature Low coolant level Overcrank Overspeed Digital display for: Coolant temperature Oil pressure Service hours Engine RPM System DC volts System diagnostic codes LUBE SYSTEM: Crankcase breather; top mounted Oil cooler Oil filler and dipstick; RH Oil filter; spin on, RH Lubricating oil; SAE 10W-30 Oil drain lines MOUNTING SYSTEM: Generator set; soft mounted to base to reduce vibration ! and noise Base contains integral fuel tank Skiddable structural steel design with tie down eyes PROTECTION SYSTEM: ADEM II engine controller STARTING SYSTEM: Single LH electric starting motor; 24 volt Battery set (2-12 volt); dry with disconnect switch UL recognized, 120 volt, single phase, 3 kW jacket water heater with thermostat, shut-off valves GENERAL; Paint: Yellow on engine and generator Black on base, lift arch, and radiator White on enclosure NOTE: Ratings shown are WITH fan. 60 HERTZ, 1800 RPM, 3 PHASE, 240-480 VOLT, Permanent Magnet Description voltage indicator 240-480V, 3456 Dita rental pkg power mod communications prime power english language. Evaluation ? The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1) delivery date; 2)cer! tifed repair personnel located in Iraq; 3) technical ability to meet the minimum needs of the Government; 4) past performance; and 5) price. Contractors shall email the contract specialist the following information to request a copy of the past performance questionnaire: name of the company, email address, phone number, and point of contact. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-1 Instruction to Offerors-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52.222-21 Prohibition on Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietna! m Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.204-7004 Required Central Contractor Registration; 252.229-7000; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and DFARS 252-212-7000 Offeror Representations and Certifications ? Commercial Items. Invoicing Instructions: In accordance with DFARS 252.232-7003, invoices under this contract/order are to be submitted electronically. This office, and the Marine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. Introduction: Wide Area Work Flow is a web-based invoicing and ac! ceptance system that enables Vendors (Contractors) to submit their invoices electronically to the receiver of the supplies or services. The receiver receives an email notification and then can log in and perform the necessary acceptance requirements. Once the acceptance portion is completed, the invoice and acceptance are forwarded to DFAS for processing. Benefits: This paperless system prompts the receiver to perform the acceptance functions, an area that has traditionally been the weak link in the invoice processing chain. Invoices and acceptance functions can be tracked on line without further correspondence. Registration: Vendors must register at: https://wawf.eb.mil A ?How To? Guide exists at: http://www.disa.mil/acq/wawf/guide.doc Tutorial: A tutorial for using WAWF is available at: http://www.wawftraining.com For first-time users: The ?E-Business Point of Contact? listed in your company?s profile in CCR must contact the DISA Helpdesk to register your CAGE (BINCs) Code. The phone number for the help desk is 866 618-5988. Information required for submitting invoices electronically: 1) CAGE Code: Commercial And Government Entity Code (note: the name is being changed to a ?BINCs? Code) ? Assigned when a vendor registers in Central Contractor Registration. 2) Contract Number: This number appears in block #2 of the SF1449. 3) Order Number: This number appears in block #4 of the SF1449. It may be blank. Normally much of the information from the contract will populate many of the fields. If this does not occur, the required information can be obtained from the contract. 4) Payment DoDAAC: This can be obtained from block 18a, in the box marked ?code? (i.e. M67443) 5) Ship to code: This number may appear in block 15, or appear in the shipping information. Traditionally, but not always, it is the first six characters of the Requisition Number that generally appears in block #1 of the SF1449 (Note: Generally the ship to code is NOT M00681). Vendors must use the ?Combo? Invoice/Receiving Report when submitting invoices for supplies, and the 2 in 1 invoice when submitting invoices for services. Vendors are also encouraged to select the ?send email notification? option prior to submitting invoices. This alerts the receiver that they have an invoice to certify. If the ?Ship to code? does not have an ?acceptor? please contact MSgt William Hepler at 760 725-3418 or by email at william.hepler@usmc.mil. Copies of the Representations and Certifications, as well as any of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil/. Quotes are due by 4:00 pm (Pacific Daylight Time) on 17 March 2005. Contact the Contracting Officer, Loretta Nared at 760.725.8133 or loretta.nared@usmc.mil, for any additional inquiries. Quotes may be submitted by facsimile transmission. Facsimile quotes are subject to the same rules as paper quotes. The telephone number of receiving facsimile equipment is 760-725-8445. The Government reserves the right to make award solely on the facsimile quote. The complete original quote shall be submitted if requested by the Contracting Officer. Quoters bear the burden of ensuring that quotes (and any authorized modifications) reach the designated office on! time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. Pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The quoter bears the risk of non-receipt of facsimile transmissions and should confirm by telephone that any facsimile was received. Any facsimile transmission must clearly state the solicitation number and the name of the Contracting Officer on the first page to ensure proper receipt.
 
Record
SN00767144-W 20050313/050311212304 (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.