Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

59 -- GENERATOR SETS, TRAILER MOUNTED

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
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
W911S6-06-T-0100
 
Response Due
6/21/2006
 
Archive Date
8/20/2006
 
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. This is a combined synopsis and solicitation for the following commercial items: Clin 0001 Generator Set, 29 kW (1 EA) Details; Generator, 29 kW 36 kva, 3 phase, sound attenuated weathe rproof enclosure, factory warranty, w/batteries, heavy duty trailer mounted, user manual. Clin 0002 Generator, 68 kW (1 EA) Details; Generator, 68 kW, 85 kva, rental grade, trailer mounted, 3/1 Phase, new, 2 year or 1500 hour factory warranty, digital con trols panel, battery rack and cables, batteries included, sound attenuated weatherproof enclosure, spring mounted vibration isolators, voltage change over switch, quiet 68 dba, marathon brushless generator, can be switched 3 phase to single using change ov er switch, tier two tier two rated, 24 hour full load run time, user manual. Clin 0003 Generator, 108 kW (1 EA) Details; Generator, 108 kW, 135 kva, 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, user manual. Clin 0004 Generator, 108 kW (1 EA) Details; Generator, 108 kW, 135 kva, 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, user manual. Clin 0005 Generator, 200 kW (1 EA) Details; Generator, 200 kW, 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 controls panel, battery rack and cables, batteries included, e amp 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 chang e over switch, tier two rated, 24 hour full load run time, user manual. Clin 0006 Generator, 200 kW (1 EA) Details; Generator, 200 kW, rental grade, 12,000 trailer mounted w/ 130 gallon tank, 277/480 volt 3 phase 60 hz high wye, block heater, 2 year or 1 500 hour factory warranty, digital controls panel, battery rack and cables, batteries included, e amp battery charger, 475 sound attenuated weatherproof enclosure, spring mounted vibration isolators, voltage change over switch, quiet 68-65 dba, can be swit ched 3 phase to single using change over switch, tier two rated, 24 hour full load run time, user manual. Prices must include shipping cost to Accountable Property Officer; Building 5464; Dugway UT 84022-5000 (FOB: Destination). This solicitation is iss ued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ W911S6-06-T-0100. This solicitation is set-aside for all Small Business Concerns. All firms or individuals responding must be registered with the Central C ontractor Registration (CCR). North American Industrial Classification Standard 335312 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, a pplies to this solicitation. FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation. FAR 52.212-4; Co ntract 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 fol lowing clauses cited are applicable to this solicitation: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-6, Notice of Total Small Business Set- Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Li mitations on Subcontracting; 52.219-27, 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 Vete rans, Veterans of the Vietnam Era, and Other 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, No tification 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 and Certifications  Commercial Items applies 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 this soli citation. Specifically, the following clauses 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--Commercial 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 Contracting Agency Exec utive Level Agency Protest Program applies to this solicitation. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submi ssion of Invoices; Contractor Access to DPG; 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 conc erns you may email Mr. John Kurek at kurekj@dpg.army.mil. Quotes are due no later than 05:00 PM MST (Mountain Standard Time), Wednesday, June 21, 2006.
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
Country: US
 
Record
SN01064219-W 20060609/060607221505 (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.