Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2005 FBO #1391
SOLICITATION NOTICE

61 -- 30Kw Generator - Fully Packaged Diesel Generator Set.

Notice Date
9/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
333415 — Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
 
Contracting Office
ACA, Fort McCoy, Directorate of Contracting, Building 2103, 8th Avenue, Fort McCoy, WI 54656-5153
 
ZIP Code
54656-5153
 
Solicitation Number
W911SA05T0092
 
Response Due
9/20/2005
 
Archive Date
11/19/2005
 
Small Business Set-Aside
N/A
 
Description
This is 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; offers ar e being requested and a written solicitation will not be issued. Solicitation W911SA-05-T-0092 is issued as a request for quotation (RFQ). This solicitation is unrestricted under NAICS 333415 with the small business size standard of 500 employees. CLIN 0001, Purchase Generator 30Kw Purchase John Deere, Sound Attenuated Fully Packaged Diesel Generator Set. (Single Phase) 2 year/1500 hours factory warranty. Battery charging Alternator. Digital Control Panel. Factory Loadbank Tested. Mainline Circuit Breaker. Skid Mounted. Sound Attenuated Weatherproof enclosure. Spring Mounted Vibration Isolators. Dimensions. (L x W x H) 82.7 x 36.3 x 56.9. 30Kw. Weight 2413 lbs. 8 hour base mounted fuel tank diesel. Critical Muffler. Single Phase. Battery Rack and Cables. 12 V Battery Charger for Nexys. Engine Block Heater. Genservice 500 (filter kit for 500 hours). Optional 2 year or 1000 hour extended warranty. 100 Gallon U.L. 142 listed double wall base mounted fuel tank. Contractor shall submit manufacturer's literature for eva luation and approval from Government if proposing an equivalent product. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-05. FAR, DFAR, and ACA AI Provisions and Clauses may be accessed at http://farsite.hill/af/mil or http://aca.saalt.army.mil/Library/Acq-Instr uctions.htm. The following provisions and clauses are applicable: 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 .212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items and the additional FAR clauses that are applicable to the acquisition: 52.222-3 Convict Labor; 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 Disabi lities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration . 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items and includes the following DFARS clauses by reference: 252.225-7001 Buy American Act and Balance of Paym ents Program; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023, Alt III Transportation of Supplies by Sea. 252.225-7002 Qualifying Country Sources as Subs; 252.225-7000 Buy American Act--Balance of Payments Program Certificate. ACA AI clause 5152.233-9000 ACA Executive Level Agency Protest Program. In accordance with FAR 39.106, the contractor shall ensure the offered product and all information technology (IT) contained therein shall be Year 2000 Compliant. Central Contractor Regist ration is required of all Department of Defense contractors. CCR registration enables electronic funds transfer of contract payments. If your company is not already registered, please register in the CCR database at www.ccr.gov. Whether your company is a current or new registrant in the CCR database, your registration must indicate that you are a provider of NAICS 333415 under the Goods  Services section of the registration to be eligible to receive a contract for this solicitation. A DUNS number is re quired for CCR registration. If your company d oes not have a DUNS#, obtain one by calling 800-333-0505. If the prospective awardee for this request for quotes is not registered in the CCR database by the due date/time of this solicitation, including NAICS 333415 in the Goods  Services section, the C ontracting Officer will proceed to award to the next otherwise successful registered offeror. Prospective contractors shall complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with required registration in t he Central Contractor Registration (CCR) database. Specifically, 52.212-3 Alt I shall be completed electronically at http://orca.bpn.gov by the solicitation due date to be eligible to receive an award for this solicitation. PARTIES INTERESTED IN RESPONDI NG TO RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offerors complete mailing and remittance addresses; discount terms; unit price per CLIN and extended total prices; DUNS number; and taxpayer identification number (TIN). Also, if quoting on an equal item, literature clearly showing that the product quoted matches the recommended brand (color, design, and material) must be subm itted in order for your quote to be considered. Quotes and applicable literature must be received at ACA, Directorate of Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than 1200 hours on Tuesday 20 September 05. Person to contact for additional information regarding the RFQ is Gwen Duncan, Contract Specialist, (608) 388-2506, fax (608) 388-5950, gwen.duncan@us.army.mil.
 
Place of Performance
Address: ACA, Fort McCoy Directorate of Contracting, Building 2103, 8th Avenue Fort McCoy WI
Zip Code: 54656-5153
Country: US
 
Record
SN00896326-W 20050917/050915212458 (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.