Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2005 FBO #1265
SOLICITATION NOTICE

61 -- Diesel Generator Set

Notice Date
5/12/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Fleet & Industrial Supply Center Seal Beach Det, 800 Seal Beach Blvd. S.B., CA
 
ZIP Code
00000
 
Solicitation Number
N0024405TA002
 
Response Due
5/18/2005
 
Archive Date
6/17/2005
 
Point of Contact
Rachel McFarland 562-626-7319 Rachel McFarland
 
E-Mail Address
Email your questions to Click here to email the Contract Specialist
(Rachel.McFarland@navy.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation shall be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-05-T-A002. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-03 and DFARS Change Notice 20050509. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 333611 and the Small Business Standard is 1,000 employees. This is a 100% Small Business Set-Aside. ! The Fleet and Industrial Supply Center, San Diego, Detachment Seal Beach requests responses from qualified sources capable of providing: CLIN 0001. Diesel Generator Set, 1 EA MQ Power model KD-150V, as follows: Rated at 150KW/187KVA, 120/208 Volts, 3 phase 4/wire, 60 HZ, 1800 RPM, that meets EPA, CARB and South Coast Air Pollution District Standards, 24-hour capacity double wall, sub-base mounted fuel tank that meets State and Local Fire Codes, marathon alternator 125 C rise, Class H insulation engine controller, auto start/stop, NFPA110 compliant, Engine Radiator/Coolant 105 F capacity, circuit breaker 600AF/600AT 3 Pole-UL489, 300 gallon UL dual wall base fuel tank, fuel/water separator/ flex lines Jacket water heater. Requirement also includes delivery of the following to be shipped loose: Caterpillar (9X9730) 4 D batteries (Dry)/AAA Powerhouse B-4D-D (with studs) (Double Battery Box)SENS Battery Charger, NRG12-20-RCLS GT exhaust Slim Line Cool Super Critical 401-C-6100 Series muffler (sized for engine); One (1) ASCO Series 300 Automatic Transfer Switch with Microprocessor Digital Controller, rated at 400 amps, 120/208 VAC, 60 Hz, 3-phase, 4-wire, 4 Pole in NEMA 3R enclosure for outdoor mounting; and the following installation accessories as identified: Anixter P/N 5L-3731 (200ft roll)5 Roll; Conduit 90? elbow, Shamrock P/N 7755, 2 EA; Conduit 45? elbow, Shamrock P/N 7663, 2 EA; Conduit, 6? Rigid Steel, threaded both ends, 10? Length, 4EA; Coupling, Shamrock P/N 0325, 8EA; Coupling, Set Screw Type, Crouse-Hinds ! P/N 171C, 2EA; Three Piece Coupling, Steel City P/N: EK-410, 1EA; Three Piece Coupling, Steel City P/N EK-412, 4EA; Nipple, Conduit, 6? by Close, Shamrock P/N 4721, 6EA; Nipple, Shamrock P/N: 4560, 2EA; Steel Conduit Reducer, Crouse-Hinds P/N RE01412, 1 EA; Steel Conduit Reducer, Crouse-Hinds P/N: RE01410, 1 EA; Condulet Conduit Outlet Body, Crouse-Hinds P/N: LBD014, 2 EA; Conduit, Carlon P/N 49417-010, 12 EA; Conduit 30 Degree elbow, Carlon P/N UB6AR, 4 EA; Conduit 45 degree elbow, Carlon P/N: UB7AR, 2 EA; Coupling, Carlon P/N: E940R, 12EA; Female Adapter, Carlon P/N E942R, 2EA; Male Terminal Adapter, Carlon P/N E943R, 2 EA; Wedge Stud Anchor, McMaster-Carr P/N: 97799A306, 10 EA; Pipe Clamp, Unistrut P/N P1124HG, 40 EA; Channel, Unistrut P/N: P1000HG, 8EA; Channel, Unistrut P/N P1000HSHG, 2EA; Bracket, Unistrut P/N: P2542HG, 2EA. The installation accessories to be delivered to: SOUTHERN CALIFORNIA OFFSHORE RANGE, NAS NORTH ISLAND, San Diego. The GENSET and ATS shall be delivered to MINDEN, LA 71005 The contractor shall provide the following installation supports: 1. Factory production testing and certified test report 2. Jobsite initial startup, and initiation of warranty, by authorized field technician after the complete installation by personnel from SCORE will notify the contractor for initial startup and initiation of warranty after they complete the installation, approximately within one year from the date of receiving the genset). 3. Jobsite orientation and training of operating personnel performed concurrently with start-up 4. A recommended spare parts list for two years of operation Items shall be shipped FOB Destination. Delivery Date On or before 7/30/05. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.247-34, F.O.B. Destination; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items with the following clauses applicable to paragraph (b): 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans! ; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration. Quoters are reminded to include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Domestic Commodities; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. All responsible sources may submit a quote, which shall be considered by the agency. Commercial Items is applicable to this procurement. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number, if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Award Criteria: Award will be made to the responsible offeror proposing the lowest total price. Please specify compliance with the specifications or list any deviations when submitting your quote. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Quoters should also complete their Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Anticipated award date will be on or before May 18, 2005. Fax proposal to 562-626-7877 or Email: Rachel.McFa! rland@navy.mil
 
Web Link
Click here to learn more about FISC San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00806288-W 20050514/050512212543 (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.