Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
SOLICITATION NOTICE

28 -- Generators. FMS Requirement for Governments of Kenya, Ethiopia and Botswana.

Notice Date
9/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
RDECOM Acquisition Center - Aberdeen, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-05-T-0146
 
Response Due
9/21/2005
 
Archive Date
11/20/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared under the authority of FAR 13.5, Test Program for Certain Commercial Items and 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. The solicitation number W91CRB-05-T-0146 is issued as a request for quotation (RFQ). The solicitation docum ent and incorporated provisions to clauses are those in effect through Federal Acquisition Circular FAC 2005-05, effective 26 August 2005. This action will be solicited as a full and open competition. The NAICS code for this action is 335312. Requiremen t is for CLIN 0001 - 4 each G77R, 62KW, Mfr: Ingersoll Rand, diesel fuel, 220V, 50HZ, 3 phase, electric starter, trailer mounted; CLIN 0002 - 4 each G44R, 35KW, Mfr: Ingersoll Rand, diesel fuel, 220V, 50HZ, 3 phase, electric starter, skid mounted; CLIN 000 3 - 15 each TM16K 1V, 12.8 KW, Mfr. Bowers Power Systems, diesel fuel, 120/240V 50HZ 3 phase electric starter, skid mounted; CLIN 0004 - 23 each DG6E, 6KW, Mfr: Baldor, diesel fuel, 120/240V, electric starter, skid mounted, without battery; CLIN 0005 - 18 each DG3E, 3 KW, Mfr: Baldor, diesel fuel, 120/240V, electric starter, skid mounted without battery; CLIN 0006 - 16 each Lightsource Tower, 50HZ, Mfr: Ingersoll Rand, diesel fuel, 220V, 50HZ, 3 Phase, Electric starter, trailer mounted. This is an FMS R equirement for the Governments of Ethiopia, and Botswana under FMS Cases S4-B-ATC, and S4-B-ATT, respectively. Delivery terms are F.O.B. Destination. Items shall be shipped to International Moving and Storage, 803 Eastern Blvd., Fayetteville, NC 28311-76 96 (Freight Forwarder). Contractor to provide best commercial standard of packaging for overseas shipment and storage. Offerors shall propose firm, fixed-prices that include shipping. Exact delivery instructions will be provided with the contract. Offe rors must provide a delivery schedule with their proposal. Each item must be separately packaged and marked as specified in contract. Desired delivery is 45 days ARO, however, offerors are encouraged to propose alternate delivery schedules if complete de livery cannot be met. Partial shipments are acceptable, however, shipments shall be consolidated as much as possible. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2 Evaluation  Comm ercial Items applies to this acquisition. Contracting Officer shall make a best value award decision based on the following evaluation factors: Price and delivery schedule. Award will be made to the offeror that provides the best delivery schedule for t he best price. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. T he clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (7) 52.219-8, Utilization of Small Business Concerns; (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (16) 52.222-21 Prohibition of Segregated Facilities (17) 52.222-26 Equal Opportunity; (18) 52.222-35, Equal Opportunity For Disabled Veterans and Veterans of the Vietnam Era, (19) 52.222-36, Affirmative Action For Workers with Disabilities, (20) 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, (21) 52,223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products, (25) 52.225-13, Restriction on Certain Foreign Purchases (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); (34) 52,239 -1, Privacy or Security Safeguards. A completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, must be provided with offers. The clause at DFARS 252.212-7001 applies to this acquisition. Additio nal clauses that apply to this acquisition: 52.211-17, Delivery of Excess Quantities; 52.246-1, Contractor Inspection Requirements; 52.246-2, Inspection of Supplies-Fixed Price, 252.204-7004 Required Central Contractor Registration. 52.247-34 FOB Destinat ion. The full text of the FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Responses to this RFQ must be signed, dated, and received by 21 September 05, no later than 4:00 PM EST at the US Army RDECOM Ac quisition Center, AMSRD-ACC-U (Debbie Morrow), 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. E-mail or fax submissions are acceptable; however, do not send .zip files, as they will be automatically deleted by our e-mail server. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-800-334-3414 or by registering online at www.ccr.gov. For questions concerning this solicitation contact Debbie Morrow, Contract Specialist, phone (410) 278-2509, fax (410)306-3848, or email debra.morrow@us.army.mil.
 
Place of Performance
Address: RDECOM Acquisition Center - Aberdeen ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00894006-W 20050915/050913212447 (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.