Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2006 FBO #1767
SOLICITATION NOTICE

30 -- 200 KW Backup Generator

Notice Date
9/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Response & IT Branch, 500 C Street, S.W., Room 350, Washington, DC, 20472
 
ZIP Code
20472
 
Solicitation Number
Reference-Number-W387000Y
 
Response Due
9/29/2006
 
Archive Date
10/14/2006
 
Description
GENERAL INFORMATION Document Type: Amendment to Combined Synopsis/Solicitation Solicitation Number: W387000Y Posted Date: 9/26/2006 Current Response Date: 9/29/2006 Classification Code: 1731 electrical work NAICS: 238210/423610 Furnish and Install a 200 KW Cummins Generator with Transfer Switch Contracting Office Address: DHS/ Federal Emergency Management Agency, Response and IT; 500 C Street S.W., Room 350, Washington D.C., 20472 Description: This is a combined synopsis/solicitation to furnish and install a 200 KW Generator in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation Number W387000Y is being issued as a Request for Quote (RFQ). Scope of Work (SOW) For New Stand-by Generator Set for FEMA MERS Building FEMA Region 10, Bothell, Washington Scope Of Work: o Furnish and Install new 200kw (standby) 480V 3 phase wye Generator Set. Generator Set will be a Cummins Model Number DSHAC and meet U.S. EPA Tier 3 Emission Standards. o Furnish Generator Set Base Tank of no less than 300 Gallons, sufficient for a 30 Hour run time at 50% load. o Generator Set will be supplied with New 800amp NEMA 3R Automatic Transfer Switch (ATS). o Furnish Shrub and Tree Removal for new Generator pad o Pour new concrete pad per Cummins recommendations including rebar approx 18? deep. Concrete pad will provide space around Generator Set and Transfer Switch for proper Operational Inspections and Maintenance. o Provide Crane for Setting of Generator Set o Furnish qualified contractor to excavate existing utility feeds to be intercepted o Furnish and Install New Vault/Hand hole for interception of utility feeds o Furnish and install new feeds from vault to ATS and from Vault to CT cabinet o Furnish Premium time for Utility and building shutdown o Coordinate with Utility for Shutdown (Utility Fees and Premium Time for Utility Crews are at the expense of the owner, Approx. $1,600.00 for associated fees) o Furnish 120v Circuit from Panel in Mechanical room to Generator set for Battery Charger and Heater o Furnish ?? conduit for Controls from Mechanical room to Generator Set o Furnish and install (2) New wall mounted light fixtures over area of new Generator set o Furnish and Install (2) New GFCI outlets for Maintenance use both in WP boxes and covers o Provide Two hours of Start-up and Owner Training. o Provide 300 Gallons of Initial Fuel (also to be used for start-up and Training). o Furnish Necessary Core Drill into Building for Electrical Conduits o Furnish and Install New 6? High Chain Link Fence with Green Vertical Slats around generator set to match Existing o New Fence to Have 6? Wide Double Gate Access. o Lawn located around existing Transformer pad and new Generator Set pad will be leveled and Reseeded as needed. o All work needs to be performed Monday- Friday 6:30 AM to 3:30PM Unless prearranged All work in this Statement of Work must be completed by 15 January 2007. FEMA MERS U.S. Department of Homeland Security 200 228th St. S.W. Bothell, WA. 98021 Proposal will include the following price breakdown CLIN0001__________ Cummins 200KW Phase Wye Generator with Transfer Switch CLIN0002__________ Concrete Pad CLIN0003__________ Installation CLIN0004__________ FENCE Total Price for all Labor, Installation and Equipment (/All Work described in the Statement of Work)._______________ The award will be a Low-Price Technically Acceptable decision. In order to be rated acceptable, Offerors must meet the criteria under past performance. The solicitation document and incorporated provisions and clauses in effect through Federal Acquisition Circular 2005-06. The following provisions apply to this solicitation: 52.212-1 Instructions to Offerors ? Commercial Items 52.212-2 Evaluation ? Commercial Items (Specific evaluation criteria below) 52.212-3 Offeror Representations and Certifications ? Commercial Items. The vendor must be registered with ORCA. Vendors may register electronically at http://orca.bpn.gov/. 52.219-14 Limitations on Subcontracting 52.219-8 Utilization of Small Business Concerns The resulting contracts shall include the following clauses: 52.212-4 Contract Terms and Conditions 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with the following clauses checked as appropriate: 52.203-6 with Alt I, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-5, 52.225-13, 52.225-15, 52.232-33, 52.247-64 52.233-4 Applicable Law for Breach of Contract Claim HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates Basis for Award: The Government will make award to the Lowest-Price Technically-Acceptable Offeror based on the evaluation criteria identified below: I. Past Performance ? Offerors shall submit at least three past performance references for projects/contracts similar in scope. Past performance information must include updated POC name, address, phone number, and e-mail address. Offerors may submit information regarding any problems encountered on the referenced contracts and any corrective actions taken. . II. Price - The evaluated price will be determined by the total price: installation, fence, concrete pat, generator, transfer switch and testing/startup. Questions for this solicitation can be submitted via email to Peter.Kho@DHS.Gov. Quotes are due no later than 12:00 PM Eastern Time, September 29th 2006 at FEMA Headquarters Contracting Office. Oral Communications are not acceptable in response to this notice. All responsible and responsive sources may submit an offer, which will be considered by the agency. Quotes may be submitted Emailed. Quotes submitted via email shall be submitted to Peter.Kho@ dhs.gov; however, if you encounter email transmission problems please, send your quote to joesph.spencer@dhs.gov. Point of Contact For a site, potential Offerors can contact Lead Logistic Management Specialist, David Spaid David.Spaid@Fema.Gov or telephone 425.487.4413 Peter.Kho, Contracts Specialist, Email Peter.Kho@DHS.Gov telephone 202-646-3912. Place of Performance: Bothell, WA [A formatted copy of the combined synopsis/solicitation with site diagram can be obtained be emailing Peter.Kho@DHS.Gov]
 
Place of Performance
Address: Bothell, WA
Zip Code: 98021
Country: UNITED STATES
 
Record
SN01154616-W 20060928/060926220226 (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.