Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

28 -- Caterpillar Engine Panels

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-F3ZT896171A100
 
Response Due
7/20/2006
 
Archive Date
8/4/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 reference number is F3ZT896171A100; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-10 and Defense DCN 20060616. This acquisition is UNRESTRICTED; the North American Industry Classification System (NAICS) code is 335312. The business size standard is 1,000 Employees. The Federal Supply Class (FSC) is 2815. The Standard Industrial Classification (SIC) is 3621. This request for quotation consists of the following BRAND NAME ONLY items: Item 0001: Qty, 5 EA, Caterpillar Electronic Modular Control Package II+, PN: 151-5551. Item 0002: Qty, 5 EA, Caterpillar Alarm/Anuuciator Module, PN: 131-1961. Item 0003: Qty, 5 EA, Caterpillar Communications Control Module, PN: 164-8940. Additional Notes: The parts listed above are for Caterpillar Model 3512, 750-kilowatt diesel generator sets. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price only. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Veterans. FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. 5352.201-9101 Ombudsman (10AUG05). DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to fax number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later than 3:00 p.m. PST on 10 July 2006. The point of contact for this solicitation is Iman Dillard, SSgt, Contract Specialist, (707) 424-7744, iman.dillard-02@travis.af.mil. Alternate point of contact is Josephine Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil. (BRAND NAME JUSTIFICATION) 1. Requiring Activity: OL-A AFCESA/CEMIRT 2. Contracting Agency: 60th Contracting Squadron, Travis AFB CA 3. Purchase Request #: 4. Description of Requirement: Purchase five engine control panels along with communications control modules, and alarm/annunciator modules for installation on Caterpillar Model 3512, 750-kilowatt diesel generator sets. The required panels are Caterpillar Electronic Modular Control Package II+ (EMCP II+; P/N: 151-5551); Caterpillar Communications Control Module (CCM; P/N: 164-8940); and Alarm/Annunciator module (P/N: 131-1961). Estimated cost is $54,000. 5. Statutory Authority permitting other than full and open competition: Section 4202 of the Clinger-Cohen Act of 1996, as implemented by: For Open Market Items: FAR 13.106-1(b)(1). Only one responsible source and no other supplies or services will satisfy the agency requirement. 6. Justification or authority for action: (a.) The Caterpillar Electronic Modular Control Package II+ (EMCP II+) along with the Communications Control and Alarm/Annunciator Modules are specifically designed to provide a wide range of localized and remote control functions for Caterpillar generators. The EMCP-II+ incorporates every required control, monitoring and safety function necessary for the Caterpillar generators into one package. The EMCP II+ is a direct replacement item for the obsolete analog engine panels that are currently on these generators. They require no modifications to install and are designed to be plug and play components for the engine/generator and associated ancillary mechanical equipment and electrical switchgear. The EMCP II+ also includes a micro-processor designed to interface with the Caterpillar POWERLYNX software and is the only control package designed to do so. (b.) Caterpillar is the only known source that can satisfy the government?s requirement. There is no other product on the market designed specifically for this equipment. It is imperative that the control package is fully compatible with the engine/generator, ancillary equipment and associated electrical switchgear and control software. (c.) Purchase of any other control package would require significant additional design and engineering expense to develop and adapt to the application. In addition there would be costly and unacceptable project delays. 7. Market Research/ Other Facts: Additional Market research was not conducted. Our technical experts are continually involved in the acquisition and installation of these products and are well aware of what is available. Like Caterpillar, all other manufacturers have similar control packages designed specifically for their engine/generator sets and they are not interchangeable with others. 8. Brand name manufacturer: Caterpillar Inc. 100 NE Adams Street Peoria, IL 61629-0002 9. Steps to improve competition: No efforts are being made at this time because this is a one-time acquisition. If there are similar future requirements, additional market research will be conducted.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01085700-W 20060712/060710220824 (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.