Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2006 FBO #1580
MODIFICATION

61 -- Generators - Correction set-aside for small business concerns.

Notice Date
3/23/2006
 
Notice Type
Modification
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S606T0051
 
Response Due
4/14/2006
 
Archive Date
6/13/2006
 
Point of Contact
john.edward.kurek, 435-831-2369
 
E-Mail Address
ACA, Dugway Proving Ground
(john.edward.kurek@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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; propos als are being requested and a written solicitation will not be issued. This is a combined synopsis and solicitation for the following commercial items: Clin 0001 Generator, 29 kW (6 EA) Details; Generator, 29 kW 36 kva, P/N 555011 John Deere or equal, 3 pha se, sound attenuated weatherproof enclosure, factory warranty, w/batteries, heavy duty trailer mounted. Clin 0002 Generator, 68 kW (5 EA) Details; Generator, 68 kW, 85 kva, P/N 555014 John Deere or Equal, rental grade, trailer mounted, 3/ 1 Phase, new, 2 year or 1500 hour factory warranty, digital controls panel, battery rack and cables, batteries included, sound attenuated weatherproof enclo sure, spring mounted vibration isolators, voltage change over switch, quiet 68 dba, marathon brushl ess generator, can be switched 3 phase to single using change over switch, , tier two tier two rated, 24 hour full load run time. Clin 0003 Generator, 108 kW (8 EA) Details; Generator, 108 kW, 135 kva, P/N 555015 John Deere or Equal, rental grade, trailer mounted, 3/1 phase, new, 2 year or 1500 hour factory warranty, digital control panel, battery rack and cables, batteries included , aluminum enclosure sound attenuated weatherproof enclosure, spring mounted vibration isolators, voltage change over switch, quiet 68-65 dba, can be switched 3 phase to single using change over switch, tier two tier two rated, 24 hour full load run time. Clin 0004 Generator, 150 kW (2 EA) Details; Generator, 150 kW , John Deere or Equal, rental grade, 12,000 trai ler mounted w/ 130 gallon tank, 277/480 volt 3 phase 60 hz high wye, block heater, 2 year or 1500 hour factory warranty, digital controls panel, battery rack and cables, batteries included, e amp dattery charger, 475 sound attenuated weatherproof enclo sure, spring mounted vibration isolators, voltage change over switch, quiet 68-65 dba, can be switched 3 phase to single using change over switch, t ier two rated, 24 hour full load run time. Clin 0005 Generator, 200 kW (4 EA) Details; Generator, 200 k W, P/N 555036, John Deere or Equal, rental grade, 12,000 trailer mounted w/ 130 gallon tank, 277/480 volt 3 phase 60 hz high wye, block heater, 2 year or 1500 hour factory warranty, digital contro ls panel, battery rack and cables, batteries included, e am p dattery charger, 475 sound attenuated weatherproof enclosure, spring mounted vibration isolators, voltage change over switch, quiet 68-65 dba, can be switched 3 phase to single using change over switch, tier two rated, 24 hour full load run time. P rices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This solicitation is issued as a request for quote (RFQ). Submit written offer s (oral offers will not be accepted), on RFQ W911S6 -06-T-0051. This solicitation is set-aside for Small Business Concerns. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) . North American Industrial Classification Standard 334516 applies to this procurement. The following provisions and clause apply to this acquisition: The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items, applies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certification s -- Commercial Items, applies to this solicitation. FAR 52.212-4; Contract Terms and Conditions  Commercial Items applies to this solicitation. The clause at FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders-- Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: 52.203-6, Restrictions on Subcont ractor Sales to the Government wi th Alternate I; 52.219-6, Notice of Total Small Business Set- Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 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 Ot her 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; 52.222-39, Notif ication of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. DFARS 252.212-7000 Offeror Representations a nd Certifications  Commercial Items applie s to this solicitation. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to thi s solicitation. Specifically, the following cl auses cited are applicable to this solicitation: 52.203-3 Gratuities; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7021 Trade Agreements; 252.227-7015 Technical Data--Commercia l Items; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002 Requests for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea (MAY 2002). Army Cont racting Agency Executive Level Agency Protest Program applie s to this solicitation. The following local clauses appy to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Secur ity Requirement; Submission of Invoices; Contractor Access to DP G; OSHA Standards; and Identification of Contractor Employees. All quotes must be emailed to Mr. John Kurek at kurekj@dpg.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Mr. John Kurek at kurek j@dpg.army.mil. Quotes are due no later than 04:00 PM MST (Mountain Standard Time), Friday, April 14, 2006 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-MAR-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DABJ/DABJ19/W911S606T0051/listing.html)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01013998-F 20060325/060323215836 (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.