Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2006 FBO #1571
SOLICITATION NOTICE

29 -- Generator

Notice Date
3/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, FL, 33309
 
ZIP Code
33309
 
Solicitation Number
SWHARC-06-Q-1018
 
Response Due
3/27/2006
 
Description
This is a combined synopsis/solicitation for commercial items/services 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; Quotes are being requested and a written solicitation will not be issued. Solicitation Number S-WHARC-06-Q-1018 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. This is an unrestricted acquisition using commercial procedures in FAR part 12. The NAICS code is 335312 with a small business size standard of 1,500 employees. This requirement is open to the local contractors in country. List of contract line item numbers (CLIN) and items, quantities and units of measure including all options. CLIN DESCRIPTION QTY. Unit Price Total Price 0001 Diesel generator 1 0002 Automatic Transfer Switch 1 0003 Installation 1 STATEMENT OF WORK 1. INTRODUCTION This Statement of Work (SOW) is to furnish one (1) diesel-generator and one (1) Automatic Transfer Switches (ATSs) for the United States Embassy ?V Law Enforcement Development Project ?V LED in Guatemala City, Guatemala. The generator will be used to provide backup power for electric system at a specific site. The installation of this equipment shall be performed by the manufacturer??s authorized dealer in Guatemala. The manufacturer must have an authorized dealer in country to be considered for award. The complete SOW consists of Sections 1 through 5. 2. OPERATING ENVIRONMENT All system components are required to start, provide continuous full rated load, and perform within specifications for the following environmental conditions: 2.1. Ambient temperature: 15o C to 40o C 3. EQUIPMENT TO FURNISH 3.1. One (1) diesel-generator set Generator should be rated 1800 or more RPM, 150 or more KW, 188 or more kVA, 60 Hz, 120/208 Volts, 6 cylinders on line. Generator could be Caterpillar (OLYMPIAN) Model GEH 200 or approved alternate. Generator set to include one (1) skid mounted radiator cooled diesel-generator meeting NEMA MG-1 and applicable ISO specifications. 3.1.1. Generator to be single bearing, static regulated, brushless, air cooled, self-ventilated, drip proof enclosure, have UL 1446 Class H insulation. Self-excited, insulation system, drip proof generator air intake (IP23). Electrical design in accordance with BS4999, BS5000, BSEN6034, BSEN61000, IEC60034. 3.1.2. Vibration isolated control panel to include: a. Automatic/manual start stop controls b. Amp meter and voltmeter with phase selector switch c. Frequency meter d. Run-hour meter e. Safety shutdowns to include overspeed, low oil pressure, high water temperature, overcrank, and emergency stop push button. f. Voltage and frequency adjustment provisions 3.1.3. Solid state voltage regulator. Steady state voltage regulation to be ?b 1% of rated voltage for all loads from no load to 100% load. 3.1.4. Mechanical governor to control engine speed. Steady state frequency regulation to be ?b0.8% of rated frequency for constant loads from no load to 100% load. 3.1.5. Thermostatically controlled jacket water heater to maintain 32o C water temperature. Water heater to be for 220 V, 50 Hz power supply. Heater power supply to terminate at customer connection terminal board. NOTE: Provide jacket water heater only if it is a standard (no additional cost) item on the units being provided. 3.1.6. One (1) heavy-duty lead-acid battery, battery rack, and battery cables. Battery capacity to be sufficient to provide three (3) fifteen-second engine cranking cycles for all operating environments defined in Section 2. Battery capacity is based upon maximum time of one (1) minute between cranking cycles, and no battery recharge allowed between cranking cycles. 3.1.7. One (1) generator mounted 3-pole UL or CE listed main circuit breaker. Circuit breaker to have isolated neutral, and be rated for 800 Amps 480 V 50/60 Hz application. 3.1.8. One (1) 10-ampere 24V DC inside control panel, automatic float/equalizing battery charger suitable for the batteries specified in Paragraph 3.1.6. Battery charger to be for a 120 V, 60 Hz power supply. 3.1.9. Base mounted double wall heavy-duty steel fuel tank in conformance to UL STD 142. Fuel tank to have a sensor to indicate a fuel leak in the inner tank. Sensors to operate alarm lights on the generator control panel. Tank to have a fuel drain valve and a fuel level indicator. Minimum fuel tank capacity to be 92.5 gal. 3.1.10. Transient performance of diesel engine-generator to be as follows for application or removal of load steps of up to 50% rated load: 3.1.10.1. Maximum voltage variation not more than 20% 3.1.10.2. Maximum frequency variation not more than 5%. Both voltage and frequency are to recover to the steady state operation band within five (5) seconds. 3.1.11. Engine lubricating oil 3.1.12. Antifreeze (coolant) 3.1.13. Fuel line water separator 3.1.14. One (1) operation and maintenance manual. 3.1.15. One-year warranty covering defects in materials and workmanship, beginning on the date the unit goes into service or 18 months after shipping, whichever is first. 3.1.16. Prior to shipment, perform standard factory tests on the diesel generator. Factory tests to include a continuous load bank test (resistive acceptable) prior to shipment. Load bank test to include 50% block load application and removal, 75% block load application and removal, 1/2 hour at 50% rated load, 1/2 hour at 100% rated load, and 1 hour at 110% rated load. Test report including continuous log record of frequency, phase voltages, and phase currents. Perform a demonstration (real or simulated) test of the fuel tank alarms. Diesel-generator must perform within specifications (Paragraphs 3.1.3, 3.1.4 & 3.1.10) for the entire duration of this test. The Department of State reserves the right to witness these factory tests. Please notify the Contracting Officer??s Representative (COR) at least one week prior to conducting the factory tests. 3.2. One (1) automatic transfer switch Automatic Transfer Switch (ATS) to be rated at 208 V, 600, 800 Amp, 60 Hertz, and three phase. ATS to be Caterpillar, ASCO or approved alternate, complete with all standard features and the following: 3.2.1. NEMA Type 1 (indoor) enclosure 3.2.2. Automatic and manual operation mechanically and electrically interlocked to prevent simultaneous connection of any two sources. 3.2.3. Double throw automatic operation including starting and stopping of generator, transfer and retransfer of load, with field adjustable pickup and dropout settings, and generator start when utility source voltage is below 85% or above 115% of nominal, or frequency is below 97% or above 103% of nominal. Automatic retransfer to utility source, and engine-generator shutdown, when utility source voltage and frequency are restored to normal. 3.2.4. Three phase over/under voltage sensing. 3.2.5. One phase over/under frequency sensing. 3.2.6. Time delay on engine start field adjustable up to 10 seconds. Set at 5 seconds. 3.2.7. Time delay on re-transfer to utility source field adjustable up to 30 minutes. Set at 10 minutes. 3.2.8. Engine cool down timer adjustable 1-5 minutes. Set at 5 minutes. 3.2.9. Test switch to simulate normal power failure. 3.2.10. Lugs for normal, load, generator, and neutral cables to be mechanical not compression type. 3.2.11. One (1) set of installation, operation, and maintenance manuals. Include a complete parts list for the ATS, and schematic diagrams. 3.2.12. One-year warranty covering defects in materials and workmanship, beginning on the date the unit goes into service or 18 months after shipping, whichever is first. 3.2.13. Prior to shipment, perform standard factory tests on each automatic transfer switch. Factory tests to include verification of all operating modes, and all set points. Provide a copy of the factory tests and/or factory test check sheet for the transfer switch. 4. DELIVERABLES 4.1. Not later than three (3) weeks after receipt of Purchase Order, provide two (2) copies of a submittal that includes the following: 4.1.1. Hard copies of all material specified in Paragraphs 3.1.14 and 3.2.11. 4.1.2. Complete set of specification, maintenance, and service manuals for the 150 kW diesel-generator set and automatic transfer switch. Include part lists, schematic diagrams, and wiring diagrams. Submittals to be sent by express delivery to: Liliana Ceron Arana: Contracting Officer??s Representative (COR) U.S. Embassy Guatemala Narcotic Affairs Section (NAS)/Law Enforcement Development Program (LED) Unit 3331 APO AA 34024 Telephone: 502-2334-2850 (in Guatemala) Facsimile: 502-2361-7622 (in Guatemala) e-mail: jalia2000@yahoo.es The Contracting Officer and/or his/her representative will review the submittal for compliance to requirements. The Contracting Officer and/or his/her representative will provide written review comments. One (1) copy of each approved submittal specified in Paragraphs 3.1.14 and 3.2.11 to be shipped with the unit. 4.2. After approval of submittals, conduct all factory tests on the diesel-generator and the automatic transfer switch. Notify the COR of date, time and location of diesel-generator tests, not less than one week in advance of tests. Provide test reports. 4.3. After COR approval of all factory tests, the contractor will ship all equipment to the freight forwarder company that the U.S. Government recommends at that point and which should be located within Miami, Florida area. The contractor is responsible for packing all loose items, loading and securing all materials and preparing material invoice(s) to be sent to freight forwarder. Provide the Contracting Officer??s Representative a copy of all packing lists of materials sent to the freight forwarder. 5. INSTALLATION: 5.1 200kw standby 180kw prime 5.1.1. Perform installation of one (1) diesel-generator set rated 1800 or more RPM, 150 or more KW, 188 or more kVA, 60 Hz,120/208 Volts, 6 cylinders on line. Generator could be Caterpillar (OLYMPIAN) Model GEH 200 or approved alternate. 5.1.2. Perform installation of one (1) automatic transfer switch (ATS), to be rated at 208 V, 600, 800 Amp, 60 Hertz, and three phase. ATS to be Caterpillar, ASCO or approved alternate, complete with all standard features. 5.2 Site Conditions: 5.2.1 Address: Guatemala Civil National Police Building located within Guatemala City, Guatemala (1a. Av. 35-20, Zona 12, Col. El Carmen). 5.2.2 Provide and install a main switch of 3x1000 Amps. 5.2.3 Provide and install 2.5 mt. 4?? pipe from ATS to generator 5.2.4 Provide and install 2.5 mt. 500MCM cable from ATS to generator. 5.2.5 Build concrete base to install generator ?V dimensions 3.55 x 1.60 mts. 5.2.6 Open a 1.5 x 1.5 mt. Hole in one of the existing walls to install a fan. 5.2.7 Open a 8?? hole in one of the existing walls to install the exhaust silencer tube. 5.2.8 Repair the current concrete base floor (11.8 square meters). 5.2.9 Install silencers. The following provisions and clauses apply to this RFQ and are incorporated by reference: FAR 52.212-1, Instructions to Offerors--Commercial Items (JAN 2005) FAR provision 52.212-2, Evaluation of Commercial Items (JAN 1999) is tailored to read that award will be made to the quoter who provides the best value to the government, price and other factors considered. The following evaluation factors will be considered: Technical Capability (The government will evaluate each quoters understanding of the work on the basis of its written Quote in making this evaluation. The government will consider the knowledge of the work statement in terms of the delivery schedule and technical description of the equipment. Past Performance (The government will evaluate the quality and content of the past performance. The government reserves the right to obtain information for use in the evaluation of past performance from any and all sources. The evaluation will be based on the extent to which the quotes have demonstrated, through recent past performance under contracts of a similar nature, its ability to successfully meet the requirements of the Request for Quotation (RFQ). The evaluation will consider the history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule, and commitment to providing quality services similar to that described in the statement of work. Price: The government will evaluate the reasonableness of the price. Technical and past performance will be given a significant weight over price. Quotation The quote shall include price, delivery schedule, and technical description of equipment and installation. Include information on fuel tank sizes and battery capacity in the quote. Include any applicable catalog literature that may assist in the quote evaluation. Price shall include all costs necessary for completion of the work, including but not limited to materials, labor, tests, test reports, spare parts, manuals, and shipping preparation. Delivery schedule is number of calendar days after award of contract until completion of all work included in this statement of work. Post has an urgent need for this equipment, however, the Department of State will not accept partial shipments in this procurement. All quotes should include, at a minimum, lump sum price and delivery information for all items included in the SOW. The provision of FAR Clause 52.212-3 Offeror Representation and Certifications-Commercial Items (Mar 2005) shall be competed electronically via the Business Partner Network (BPN) web site at http://orca.bpn.gov. A quote shall include the DUNS number, and shall contain a statement indicating the on line representations and certifications are incorporated in its offer, are current, accurate, and complete as of the date of the Quote. All firms must obtain a DUNS number to participate in this acquisition, a DUNS number may be obtained at the following website http://www.dnb.com/US/duns_update/ . The provision of FAR Clause 52.212-4, Contract Terms and Conditions-- Commercial Items (Sept 2005) applies to this acquisition. The provision of FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Sept 2005) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 19955), with Alternate 1 (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.222-19, Child Labor ?V Cooperation with Authorities and Remedies (June 2004) (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans, 52.225-3, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-5 Trade Agreements (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note), 52.232-33 Payment by Electronic Funds Transfer, Central Contractor Registration (Oct 2003)(31 U.S.C. 3332), 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.214-34, Submission of Offers in the English Language, and 52.214-35, Submission of Offers in U.S. Currency are applicable to this acquisition FAR 52.217-5 Evaluation of Options (July 1990), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.246-25 Limitation of Liability Services (Feb 1997), FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) (May 2004), FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form). (Apr 1984). The clauses at DOSAR 652.206-70, Competition Advocate/Ombudsman (AUG 1999), 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended (AUG 1999) and 652.242-72, Shipping Instructions (DEC 1994) are applicable to this acquisition. Proposals shall be submitted in English. Closing date and time for receipt of quotations is March 27, 2006 at 12:00 p.m. Eastern Standard Time. Submit offers in accordance with FAR provision 52.212-1. All Quotes shall be submitted in an electronic format to goodwinelc@state.gov one original hardcopy shall be submitted (VIA COURIER) to Contracting Officer, U.S. Department of State Florida Regional Center, 4000 N. Andrews Ave. Fort Lauderdale, FL 33309 Attn: Lisa Goodwine. Facsimile offers will not be accepted. All questions should be directed to goodwinelc@state.gov, no phone calls will be accepted. Any notice of changes will be issued in Fed Biz Ops at www.fbo.gov and is the responsibility to frequently check the site for changes.
 
Record
SN01005697-W 20060316/060314211845 (fbodaily.com)
 
Source
FedBizOpps 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.