Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
MODIFICATION

61 -- 255KW KOHLER GENERATOR SYSTEM

Notice Date
6/27/2007
 
Notice Type
Modification
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC07205758Q
 
Response Due
7/11/2007
 
Archive Date
6/27/2008
 
Small Business Set-Aside
N/A
 
Description
This is a modification to the synopsis entitled 255 KW KOHLER GENERATOR SYSTEM, Solicitation Number: NNC07205758Q which was posted on Jun 25, 2007. You are notified that the following changes are made: This is being modified to allow for competition. This notice 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 constitues the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ) for the following:. 255kW Kohler Generator System, Qty 1 The system shall meet the following Generator Specifications: 1. Generator shall provide at least 265 kW electric power and be rated 277/480 volts, 3 phase, 4 wires, > or equal to 331KVA, > or equal to 398 amps at 60Hz. 2. Generator shall come with a frame and all other mounting hardware required to mount the generator on a concrete pad. 3. Generator is to come with an automatic controller. The controller shall be: a. Designed to work with the supplied generator "out of the box". b. Include system control, monitoring and diagnostics capabilities. c. Provide readouts of the operation of the generator in the form of analog or digital meters, lights and audible alarms where appropriate. d. Be vibration isolated so it can be mounted on the generator, its frame, or its enclosure. e. Have internal protection from electrical noise. f. Operate with the generator battery or have a separate battery to ensure operation when power is lost. g. Have an AC interlock to prevent starter reengagement with engine running 4. Generator shall have a sound deadening, weather-proof enclosure. 5. Generator shall have a hospital grade silencer installed. Installation shall include all necessary hardware for normal installation and operation. 6. Generator shall have a rain cap and tail pipe installed. 7. Generator shall have a block heater to ensure winter operation. The block heater shall use 208V electric power and provide > or equal to 4 kW heating to the engine block. 8. Generator shall have an engine mounted radiator and duct flange. 9. Generator shall have a > or equal to 450 gallon UL listed double wall fuel tank sized to provide sufficient fuel for 24 hour operation at 100% electrical load. The fuel tank shall also have the following: a. A mechanical level gauge or equivalent. b. Low level and leak detection float switches or equivalent. c. Extended fill tube with lockable cap. d. Emergency pressure vents. 10. Generator shall be provided with a UL listed 3 pole line circuit breaker rated at 400 A and 600 V. If the generator is capable of providing more than 400 A, the circuit breaker is to be sized appropriately. 11. Generator shall have a battery system for providing power to the controller and for starting the generator, e.g., a 12 V 800 CCA lead acid battery. The generator may have separate battery systems for the starter and the controller so long as both systems are provided with chargers and monitored during standby operation to ensure that they are fully operational. 12. Generator shall have a battery rack and all cables associated with the batteries installed. 13. Generator shall have a charger for the battery system(s) with appropriate alarms. 14. Generator, mounting hardware and/or enclosure shall have vibration isolation incorporated into them to minimize vibration transmitted from the generator to the concrete pad. Delivery The Government shall provide a concrete pad approximately 13 feet by 10 feet and access to the pad for a truck or other transport. The Government shall be responsible for offloading the generator. The Offeror shall give a minimum of 3 business days notice prior to the delivery to ensure that the Government has the personnel and equipment required for offloading ready. The Offeror shall also be required to provide general information regarding the packaging of the generator for shipping (pallet, wooden crate, etc.), equipment likely needed to offload the generator upon delivery (forklift, crane, etc.) and approximate shipping weight. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The provisions and clauses in the RFQ are those in through FAC 05-17. All responsible sources may submit an offer which shall be considered by the Agency. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30pm EST, July 11, 2007 to fax 216-433-5489 or email and must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JAN 2006). Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end products(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country or origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. The FAR may be obtained via the internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Sandra A. Brickner not later than 7/9/2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B" It is the offeror's responsibility to monitor the following Internet site for the release of soliciation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22#125411)
 
Record
SN01329542-W 20070629/070628032012 (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.