Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2007 FBO #2106
SOLICITATION NOTICE

61 -- Request for Quote# W921CL-07-T-0033; Generator - 200kw Rated; 120/208 volts; 60 HZ.

Notice Date
8/31/2007
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-07-T-0033
 
Response Due
9/10/2007
 
Archive Date
11/9/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR part 13, 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. GENERATOR. Solicitation W912CL-07-T-0033 is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Feder al Acquisition Circular 2001-21. This acquisition is 100% set-aside for small business. The associated North American Industry Classification System (NAICS) code is 335312. The small business size standard is 1000 Employees. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). Paper copies of this solicitation will be provided upon request to hurchel.williams@conus.army.mil. The RFQ has one (1) line item. Line Item 0001: Generator - 200kw Rated ; 120/208 volts; 60 HZ: Shipping, Cost to ship Generator to delivery destination. Generator must be designed to meet the following specifications: a. Standard Features: 1) Standard Enclosed Generator with single bearing direct couple alternator with Class H insulation, sized for 150F temperature rise 3 cylinder diesel engine 2) Weather protective sound attenuated enclosure constructed of marine grade aluminum with white powder coat paint finish & stainless steel hardware 3) Enclosure include: i. critical rated interior mounted exhaust silencer & stainless steel flex connection ii. oil & coolant drain lines w/ball valves iii. hinged / removable / keyed alike doors 4) Control panel mounted to enclosure with access door to allow exterior viewings 5) Mounted on steel sub-base with four (4) vibration isolators, corner lifting eyes. 6) Dual wall fuel tank for 12 and 24 hour operation 7) Radiator sized for 120F ambient clearance w/ front guard 8) Dry type air cleaner 9) 12 volt starter, engine mounted battery charging alternator, battery cables, and rack along with grounding strap 10) Full load factory test with Safety shutdown 11) Cylindrical skid mounted fuel tank 12) Shunt trip for circuit brakers 13) Fused DC circuits 14) Automotive type starter 15) Hour meter 16) Over voltage, low oil pressure, over temperature, over speed and overload safeties 17) Bulkhead type connections for fuel and battery 18) Terminal block connection for A/C output 19) Electric fuel pump 20) Full flow oil filter 21) Service and maintenance from below or side service access panel 22) Automatic timed glow plugs for quick easy start 23) Instant one touch stop 24) Water resistant controls 25) 12 volts batteries b. Engine details: 1) 4-cycle, liquid-cooled diesel engine 2) Maximum power 314hp / 234KW @ 1800rpm 3) Turbocharged Air to Air charge cooled 4) Engine block heater 5) Displacement: at least 400 cubic inches 6) Valves per cylinder: four (4) 7) Starting system: 12 V 8) Fuel injection pump 9) Exhaust adapter and elbow c. Alternator details: 1) 12 volt alternator 2) Brushless, 4-pole rotating field, self venting drip- proof construction 3) Insulation system: Class H 4) Rated temperature rise: 150C standby 5) Bearing type / number: sealed/ single 6) Exciter system: None 7) Cooling: Main engine fan cooled d. Generator Set details: 1) Digital control with auto-start logic 2) integrated generator set and engine control 3) user and service personnel accessible diagnostics 4) Fused DC circuits 5) Over voltage safety 6) Hour meter 7) Water resistant control switches 8) Low oil pressure safety 9) Alternator over/under voltage warning & shutdown 10) Alternator over/under frequency warning & shutdown 11) Engine over/under speed warning & shutdown 12) High engine temperature warning & shutdown 13) High/low battery voltage warning 14) Over-current warning/electrical trip/shutdown 15) Event logg ing of shutdown events 16) Magnetic pick-up or alternator monitoring 17) Overload safety 18) Automatic times glow plugs 19) One touch stop 20) Water temperature gauge 21) Oil pressure switch e. Voltage Regulation: 1) No load/full load: +/- 2% 2) Constant Load: +/- 2% f. Frequency regulation: 1) No load/full load: +/- 0.1% 2) Constant Load: +/- 0.1 % g. Standard & Testing: 1) Tested with commercial load 2) Tested in high humidity conditions 3) Tested in heavy air borne dust conditions 4) Field test program 5) Meets US EPA Tier II 6) Designed and manufactured in facilities certified to ISO 9001 h. Warranty: 1) Two years or 2,000 hours of operation i. Manuals: 1) Operation and Installation manuals (three sets) ship with the generator set. Installation will be performed by military engineers at the final location. Offer/quote should include a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This includes i nstallation instructions, shop drawings, and descriptive literature, FOB point is Destination (Transatlantic Lines, LLLC Blount Island Marine Terminal 8998 Blount Island Blvd Jacksonville, FL 32226). The government intends to award a purchase order resulti ng from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate quotes: price, quality and deli very. Delivey schedule is signficant less important than price or quality. Responding contractors shall include quotations, installation instructions, shop drawings, and descriptive literature with their response to allow the government to make a complete evaluation and appraisal of the offering with respect to the requirements set forth in this combined synopsis solicitation. Solicitation provision at FAR 52.212-1, Instructions to Offerors - Commercial (Sep 2006) are hereby incorporated by reference. Awar d will be made to the technically acceptable offeror with the lowest price, see FAR 52.212-2 Evaluation Commercial Items (Jan 1999). All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certificat ion Commercial Items (Nov 2006). Clause 52.212-4, Contract Terms and Conditions, Commercial Items (Feb 2007), is hereby incorporated by reference. The following additional FAR clauses cited in FAR 52.212-5, Contract Terms and Conditions Required to Im plement Statutes or Executive Orders, Commercial Items (Jun 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2007) (Deviation) are applicable to the acquisition; 52.203-6, Restrictio ns on Subcontractor Sales to the Government; 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (Sep 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-1 Buy American Act-Supplies (Jun 2003); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration; The following DFARS clauses apply to this acquisition: DFARS 252.212-7001, Contract Terms and Cond itions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2007; 52.203-3 Gratuities; DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts); DFARS 252.225-7001, Buy American Act and Balance of Payments Program;, DFARS 2 52.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023 (i), Transportation of Supplies by Sea and (ii) Alternate 1; DFARS 252.204-7004, Requir ed Central Contractor Registration. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this sol icitation. All proposals, Representations and Certifications, and Central Contractor Registration Information are due 10:00 AM CDT on 10 September 2007 and must be submitted to Hurchel Williams, Army Contracting Agency  The Americas, 2450 Stanley Road, ST E 320, Ft Sam Houston, TX 78234 emailed to hurchel.williams@conus.army.mil, or faxed to (210) 295-6595. For information concerning this solicitation, contact Hurchel Williams at (210) 295-6077 or hurchel.williams@conus.army.mil. Contractors must be registe red in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423 Fax: 1-703-696-0213. Duns/CCR Website: http://ccr.edi.disa.mil/ccr/cgibin//query.pl. For more information on W912CL-07-T-0033 please contact the Contracting Officer identified above.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN01392338-W 20070902/070831221845 (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.