Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2005 FBO #1230
SOLICITATION NOTICE

J -- Replace of GenSet Generator Prime Mover Engine

Notice Date
4/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, DC, 20375
 
ZIP Code
20375
 
Solicitation Number
N00173-05-R-MS04
 
Response Due
4/25/2005
 
Archive Date
5/10/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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, N00173-05-R-MS04, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-27 and DFARS Change Notice 20050222. The associated small business size standard is 541330 and applicable dollar amount is $4,000,000.00. NRL has a requirement for CLIN 0001: The removal of a GenSet generator at the Chesapeake Bay Detachment, Chesapeake Beach, MD and replacement of the existing prime mover engine in accordance with the statement of work. CLIN 0002: The contractor shall provide written documentation of the factory test performed at their facility. Statement of Work: The contractor shall provide the rigging, material, and labor to remove and haul the GenSet generator located at the Chesapeake Bay Detachment (CBD), Chesapeake Beach, MD. The applicable Federal, State, and Local codes shall govern the removal and hauling of the generator from the site. The GenSet generator specifications are as follows: a. 100 kilowatt GenSet manufactured by Katolite; b. Frequency: 60 Hertz; c: Phases: 3; d: Rated Kilovolt Ampere: 1250; e: Voltage Rating: 4160 volts. The contractor shall rework the generator in their factory replacing the existing prime mover engine. The replacement prime mover engine must be catalog model number KTA50-G2 as manufactured by Cummings or equivalent. The prime mover engine must have standard features to include but not limited to air Inlet System, cooling system adapted to remove radiator exhaust system adapted to existing installation, flywheel and flywheel housing, fuel system, lube system, and electric starting system with battery charger. The completed and factory tested generator with replacement prime mover engine must be delivered, installed on the existing pad, field tested, and placed in operation at the original location. The government will make the necessary arrangements to obtain power from the facility for field-testing the generator and will provide the necessary equipment such as load bank, power transformer, and medium voltage cables for field-testing. The contractor shall perform the field-testing, after the generator has been supplied power. Delivery and acceptance is at NRL, Chesapeake Bay Detachment, Chesapeake Beach, MD 20732, FOB Destination. Completion of the contract effort shall be no later than August 30, 2005. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance. Technical and past performance factors, when combined, are of equal importance in comparison to price. Offeror must complete and submit with its proposal, FAR 52.212-3 Offeror Representations and Certifications--Commercial Items and DFARs 252.212-7000 Offeror Representations and Certifications--Commercial Items, which are identified as B and available electronically at: http://heron.nrl.navy.mil/contracts/repsandcerts.htm The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-6, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, and 52.232-33. The DFARs 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 additional clauses cited within this clause are applicable: 52.203-3, 252.225-7001, 252.225-7012, 252.225-7014, 252.225-7015, and 252.243-7002. .The following additional DFARs clauses apply: 252.204-7004, 252.232-7003. The following additional FAR clause applies: 52.211-6 and 52.214-31. Facsimile proposals are authorized and may be forwarded to the contract specialist point of contact provided below. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions no later than 10 calendar days before the response date of this solicitation. An original and 2 copies of the offeror proposal shall be received on or before the response date noted above, 4:00 P.M., local time at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. The U.S. Postal Service continues to irradiate letters, flats, Express and Priority Mail with stamps for postage and other packages with stamps for postage destined to government agencies in the ZIP Code ranges 202 through 205. Due to potential delays in receiving mail, offerors are encouraged to use alternatives to the mail when submitting proposals. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Place of Performance
Address: Chesapeake Bay Detachment, 5813 Bayside Road, Chesapeake Beach, Maryland
Zip Code: 20732
 
Record
SN00784597-W 20050409/050407212832 (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.