Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

W -- Lease of Emergency Standby Generator for MRC Building located at 1400 Walnut Street, Vicksburg, Mississippi.

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
US Army Corps of Engineers, Memphis District, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ-06-Q-0016
 
Response Due
6/7/2006
 
Archive Date
8/6/2006
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is W912EQ-06-Q-0016 and is being issued as a Request for Quote (RFQ). This solicitation incorporates Wage Determination No. 94-2495 REV (29). This is procurement is 100% set aside for small business. The associated NAICS code is 532490 with $6.0 million. All responsible sources may submit a quotation, which shall be considered by the agency. Quotes may be submitted in hard copy or electronically, either through regular mail, email, or by facsimile. Regardless of method of delivery, it is the offerors responsibility to ensure receipt of quotes by the time and date stated herein. Contractors shall submit a lump sum quotation to include all charges. The US Army Corps of Engineers Memphis District requires an emergency standby generator to be made available for the MRC Building for a period of approximately six (6) months. The jobsite is located at 1400 Walnut Street, Warren County, Vicksburg, Mississ ippi. The awarded vendor must be able to deliver the rental generator no later than 16 June 2006 and the generator shall be available for use until 31 December 2006. The awarded vendor shall provide all preventative maintenance and refueling of the gener ator for the duration of the lease. The standby generator rental must meet or exceed the specifications of a NEW Cummins BCCD 600 Rental Package as follows: 1. Cummins electronic 750 BHP diesel engine 2. Newage 12 lead PMG alternator 277/480 / 120/208 3-phase 60 hertz. 3. 600 KW stand-by 540 KW prime-power 4. Mounted electric operated breaker 5. Ground fault protection 6. Battery rack and cables , Battery isolation switch , Battery charger 7. 12 volt DC lighting package on a twist timer 8. 110 % containment of fluids 9. 24 hour sub base fuel tank @ 600 KW 10. Fork pockets 11. Tandem axel chassis 12. 20 foot sound attenuated ISO container 71 DBA @ 23 feet 13. man ladders 14. two man service doors 15. Digital Deep Sea controller 16. Emergency stop button 17. Fully serviced and ready for shipment Unit is shipped turn key and ready to run. Unit is shipped with 10% fuel and will need to be supplied at site. The rental company is required to include delivery and pick up costs in their monthly rental fee. All goods shall be new, in first class condition, and of the manufacturers latest design of the model presently in production. All materials, supplies, and equipment furnished or services performed under the terms of this purchase order or contractual ag reement shall comply with all applicable Federal, State, and local codes. Equipment and materials furnished by the bidder having serious defects, corrosion, or scratches which tend to present and other than new appearance shall be promptly replaced or s uch defects promptly corrected by the bidder at no cost to the Government. Any existing Material Safety Data Sheets (MSDS) for the products, materials, supplies, or equipment being bid must be submitted with the bid. No product containing asbestos, lead paint, or polychlorinated biphenyl (PCB) in any form will be considered for award by the Corps of Engineers. Contractor shall submit completed clause 52.212-3, Offerors Representation and Certifications, Commercial Items. The following clauses and provisions are incorporated and will remain in full force in any resultant award. The full text of these clauses ca n be accessed electronically at website: http://www.farsite.hill.af.mil. FAR 52.212-1 - Instructions to Offerors--Commercial Items is applicable to this solicitation. The provisions at FAR 52.212-2 - Evaluation of technical capability and price with tech nical capability of generator being significantly more importance than price. FAR 52.212-3, Offeror Representation and Certifications--Commercial Items. FAR 52.212-4 - Contract Terms and Conditions--Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required t o Implement Statues or Executive Orders--Commercial Items (Dev); FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity of Special Disabled Veterans, Dec 2001 Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52. 232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.252-2 Clauses Incorporated by Reference; 52.237-1 Site Visit; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisitions of Commercial ItemsFAR 252.225-7001 Buy America Act and Balance of Payments Program (JUN 2005); FAR 252.232-7003 Electronic Submission of Payment Requests; FAR 252.247-7023 Transportation of Supplies by Sea, Alternate III. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 7 June 2006 no later than 11:00 AM local time at 167 North Main Street B202, Memphis, TN 38103. Quotes should be marked with solicitation number W912EQ-0 5-Q-0016 addressed to Celestine Evans, Contract Specialist, Phone (901) 544-3184, Fax (901) 544-3710, email: celestine.g.evans@mvm02.usace.army.mil. Vendors not registered in Central Contractor Registration (CCR) database prior to award will not be eligib le for award. Vendors may register for CCR by calling 1-800-334-3414 or register online at www.ccr.gov.
 
Place of Performance
Address: US Army Corps of Engineers, Memphis District 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
Country: US
 
Record
SN01061674-W 20060604/060602221142 (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  © 1994-2020, Loren Data Corp.