Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2005 FBO #1439
SOLICITATION NOTICE

W -- Lease of Generator

Notice Date
11/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
Reference-Number-F3G1HB5300A100
 
Response Due
11/8/2005
 
Archive Date
11/23/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement, F3G1HB5300A100 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this solicitation is 532490. The size standard for a small business under this NAICS code is one that is equal to or less than $6,000,000. This Request for Quotation is being submitted as a restricted solicitation open to small businesses. This is a commercial purchase. CLIN 0001 ? 2 ea ? Lease of Generators, Must be able to use Bio-Diesel, Period 1 Dec 05-15 May 06. Requirement: The basic requirement is to provide a safe, reliable, temporary solution to the power shortfall in the CAOC-N bullpen for JEFX 06 using generators. This shortfall equates to approximately 1478 Amps for Spiral 2 and 2338 Amps for Spiral 3 and MainEx (dates below, see Tables 1 and 2 for power requirements summary). The desire is to implement a generator and distribution system for Spiral 2 that will also service the requirements for Spiral 3 and MainEx, since the additional activity directed for JEFX 06 drives essentially continuous operations from 1 Dec 2005 through 15 May 2006. The overall desire is to minimize the number of small generators required due to space limitations and to mitigate the care/feeding required of a generator ?farm? by using a single ?power plant? to service the bullpen?s tactical power requirements. The power provided shall be of an ?uninterruptible? nature to maximum extent possible. Solutions which involve tandem generators with a delay in the backup generator assuming the load are not acceptable. For example, a solution in which a backup generator senses the primary has dropped the load and it cranks up and assumes the load within 10 seconds is unacceptable, as some users in the bullpen will lose their systems. A solution with two generators constantly running and sharing the load, with the capability for one to assume the entire load almost instantaneously, should one fail, would be acceptable. The requirement also includes a system to distribute power to the various user requirements outlined in the tables below and depicted in the bullpen diagrams for Spiral 2 (Attachment 1) and Spiral 3/MainEx (Attachment 2) as well as connecting the distribution system to each trailer/system in the bullpen. The supplier needs to devise, provide, install, and remove the distribution system and generators. Note that Trailer #4 will be on commercial power so it will not be included in the generator power distribution system. Due to the security and basic coordination challenges involved with fuel truck deliveries from off-base sources over the 6-month period to support this requirement, the government will provide fuel for, and re-fuel the generators during operations using B20 bio-diesel. The specifications on Air Force B20 bio-diesel fuel are outlined in Attachment 3. The solution should include a fuel tank of sufficient size to provide a run-time of approximately 48 hours under constant load between re-fueling. Additionally, the contractor shall provide a trouble call number that JEFX personnel can call (24 hours a day 7 days a week) to report problems. The contractor shall respond to all trouble calls (24 hours a day 7 days a week) with a return phone call (?follow-up call?) to JEFX designated representative(s) (name(s) and phone number(s) to be provided after award) within 10 minutes of a trouble call. If so required, the contractor will have technicians, mechanics and/or electricians on-site within 45 minutes of the follow-up call. It is expected that the contractor will train qualified JEFX power pro personnel in the procedures to start and stop the generator(s) so that the contractor does not have to have an operator on site each day for routine starting and stopping of the generator. However, this does not alleviate the contractor from sending out a mechanic to perform oil checks and routine inspections as required by the generator?s manufacturer. Additionally, the contractor will work with JEFX personnel to schedule routine PMIs (such as oil changes) so that it does not effect JEFX operations, i.e., JEFX expects such activities to occur outside it?s operational windows and expects the contractor to schedule such activities accordingly. The contractor will request PMI time at least 2 days prior to need date.Electrical Distribution System Requirement. The contractor will install an electrical distribution system to distribute generator power as required to meet the tactical power needs outlined for each item in the Spiral 2 and Spiral 3/MainEx Bullpen diagrams and power requirement tables (Tables 1 and 2, Attachments 1 and 2). All components of the distribution system will be sunlight resistant (where exposed to direct sunlight) and will use weatherproof connectors, distribution boxes, splices, etc as required. Additionally, all circuits, circuit breakers, panels, and cutoffs will be adequately marked. The distribution system will have the ability to isolate each item requiring power in the bullpen to allow work on each item without removing power from remaining items. The contractor will install a grounding system that meets all NEC 2005, Article 250 and 550 requirements. The contractor will also comply with the Nellis AFB and 99CES digging permit process prior to installing any grounding rods.Dates Required: The solution needs to be in-place on 1 Dec 05. For Spiral 2, power is required 14 hours per day during the period 1 Dec 05 to 9 Jan 06, 24 hours per day during the period 9 ? 20 Jan 06, and 14 hours per day during the period 21-31 Jan 06.For Spiral 3, power is required 14 hours per day during the period 3 ? 28 Feb 06, 24 hours/day during the period 1-10 Mar 06, and 14 hours per day during the period 11-23 Mar 06. For MainEx, power is required 14 hours/day during the period 27 Mar ? 17 Apr 06, 24 hours/day during the period 18 ? 28 Apr 06, and 14 hours/day during the period 29 Apr ? 15 May 06. Power Requirements Table 1 Spiral 2 Bullpen Power Requirements DTG: 24 Oct 2005 Spiral 2 System Stated Amp Req Single or 3 Phase Wattage calculation JFIIT, Spiral 3 and MAINEX Only 0 Three phase, 208 VAC 60 hertz 0 FCS (hummers, 2) 120 110 VAC, Single phase 13200 DCGS-A (Network Center), Spiral 3/ MAINEX Only 0 Three phase, 208 VAC 60 hertz 0 DCGS-A (6 hummers), Spiral 3/MAINEX Only 0 Three phase, 208 VAC 60 hertz 0 JWS/Combat SkySAT, HMMWV (2 circuits) 30 110 VAC, Single phase 3300 JWS/Combat SkySAT, HMMWV 30 Three phase, 208 VAC 60 hertz 6240 JWS/Combat SkySAT, ECU 30 Three phase, 208 VAC 60 hertz 6240 GMF, Spiral 3 and MAINEX Only 0 110 VAC, 3 phase 0 Trailer 1, Control, Single Wide 228 120/208 VAC, 60 hertz, Single & 3 Phase 31680 Trailer 2, ESC, Double Wide 311 120/208 VAC, 60 hertz, Single & 3 Phase 47410 Trailer 3, Tier I/II Help Desk, Single Wide 174 120/208 VAC, 60 hertz, Single & 3 Phase 25740 Trailer 4, Comm, Single Wide, commercial power 0 120/208 VAC, 60 hertz, Single & 3 Phase 0 Trailer 5, 46th Test, Single Wide 172 120/208 VAC, 60 hertz, Single & 3 Phase 25520 Trailer 6, Assessment, Double Wide 383 120/208 VAC, 60 hertz, Single & 3 Phase 55330 Total 1478 214,660 General Comments/Assumptions Used FCS power requirements for DCGS-A JWS/Combat SkySAT, HMMWV (2 circuits), each circuit is 15 Amp/110VAC, not 30 Amp ACC/SCWX is planning to have a heavy SATCOM shot back to Langley, hence inclusion. Used JEFX 04 pwr figures FYI, JEFX 04 estimated amperage requirement: 1188 Trailers: Comm trailer #4 will use existing bullpen power Power Requirements Table 2 Spiral 3 and MainEx Bullpen Power Requirements DTG: 24 Oct 2005 Spiral 3 and MainEX System Stated Amp Req Single or 3 Phase Wattage calculation JFIIT, Spiral 3 and MAINEX 200 Three phase, 208 VAC 60 hertz 41600 FCS (hummers, 2) 120 110 VAC, Single phase 13200 DCGS-A (Network Center), Spiral 3 and MAINEX 200 Three phase, 208 VAC 60 hertz 41600 DCGS-A (6 hummers), Spiral 3 and MAINEX 360 Three phase, 208 VAC 60 hertz 74880 JWS/Combat SkySAT, HMMWV (2 circuits) 30 110 VAC, Single phase 3300 JWS/Combat SkySAT, HMMWV 30 Three phase, 208 VAC 60 hertz 6240 JWS/Combat SkySAT, ECU 30 Three phase, 208 VAC 60 hertz 6240 GMF, Spiral 3 and MAINEX 100 110 VAC, 3 phase 11000 Trailer 1, Control, Single Wide 228 120/208 VAC, 60 hertz, Single & 3 Phase 31680 Trailer 2, ESC, Double Wide 311 120/208 VAC, 60 hertz, Single & 3 Phase 47410 Trailer 3, Tier I/II Help Desk, Single Wide 174 120/208 VAC, 60 hertz, Single & 3 Phase 25740 Trailer 4, Comm, Single Wide, commercial power 0 120/208 VAC, 60 hertz, Single & 3 Phase 0 Trailer 5, 46th Test, Single Wide 172 120/208 VAC, 60 hertz, Single & 3 Phase 25520 Trailer 7, Assessment, Double Wide 383 120/208 VAC, 60 hertz, Single & 3 Phase 55330 Total 2338 383,740 General Comments/Assumptions Used FCS power requirements for DCGS-A JWS/Combat SkySAT, HMMWV (2 circuits), each circuit is 15 Amp/110VAC, not 30 Amp ACC/SCWX is planning to have a heavy SATCOM shot back to Langley, hence inclusion. Used JEFX 04 pwr figures FYI, JEFX 04 estimated amperage requirement: 1188 Trailers: Comm trailer #4 will use existing bullpen power If submitting ?approved equal? items, product literature must be submitted with the quote. Quotes should be in the following format; price for each line item independently and price for combined line items. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation-Commercial Items, is also applicable. The following factors will be used to evaluate the offer: Technical Capability, Price, and delivery schedule. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity; FAR 52.222-35,Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.222-41, FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award, FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFAR 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 12:00 p.m., Pacific Daylight Time, on 8 November 2005.
 
Place of Performance
Address: Nellis AFB NV
Zip Code: 89191
 
Record
SN00925031-W 20051104/051102211905 (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.