Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOLICITATION NOTICE

61 -- Generators

Notice Date
12/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Benning, 6600 Meloy Drive, Suite 250, Ft. Benning, GA 31905
 
ZIP Code
31905
 
Solicitation Number
W81XFG83360001
 
Response Due
12/10/2008
 
Archive Date
6/8/2009
 
Point of Contact
Name: Areatha Thomas, Title: Contract Specialist, Phone: 7065457639, Fax: 7065456970
 
E-Mail Address
areatha.m.thomas@us.army.mil;
 
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 Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W81XFG83360001 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification System (NAICS) code for this procurement is 333611 with a small business size standard of 1,000 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2008-12-10 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be FORT BENNING, GA 31905 The USA ACA Fort Benning requires the following items, Meet or Exceed, to the following: LI 001, Generator, 40 KW single phase 120/240 volts; rated for an amperage load of 167 amps per leg; the 40KW generator will carry 80% of the panel rating with room for load expansion in future. Generator shall be provided with a Digital Control Panel to provide automatic voltage and over voltage shut down, low water and oil shutdown, high temp shutdown, a non-ressetable accumulating hour meter, automatic battery charger system and an automatic programmable timed self test provision. Generator MUST meet EPA standards -40CFR 60 Subpart IIII or -40 CFR 60 Subpart JJJJ. This is a Federal standard for permitting and certification must be provided or system will not be permitted thru Ft. Benning EPA. *Generator shall have the QT Premium rating for low dBA rating. Fuel, shall be LP gas with a built in LP regulator or a supplier provided required regulator to met pressure requirements for generator. Testing, requestor shall either purchase the factory run test or the factory setup test., 1, EA; LI 002, Automatic Transfer Switch; shall be rated for a 200 amp load, NEMA 3R enclosure, Open Transition and Service Entrance rated., 1, EA; LI 003, Generator, 40 KW three phase 120/208 volts; rated for an amperage load of 140 amps per leg; the 40KW generator will carry 60% of the panel rating. Generator shall be provided with a Digital Control Panel to provide automatic voltage and over voltage shut down, low water and oil shutdown, high temp shutdown, a non-ressetable accumulating hour meter, automatic battery charger system and an automatic programmable timed self test provision. Generator MUST meet EPA standards -40CFR 60 Subpart IIII or -40 CFR 60 Subpart JJJJ. This is a Federal standard for permitting and certification must be provided or system will not be permitted thru Ft. Benning EPA. Generator shall have the QT Premium rating for low dBA rating. Fuel, shall be LP gas with a built in LP regulator or a supplier provided required regulator to met pressure requirements for generator. Testing, requestor shall either purchase the factory run test or the factory setup test., 1, EA; LI 004, Automatic Transfer Switch, shall be rated for a 400 amp load, NEMA 3R enclosure, Open Transition., 1, EA; For this solicitation, USA ACA Fort Benning intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACA Fort Benning is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The following DFARS clauses are applicable under DFAS 252.212-7001: 252.225-7001, Buy American Act and Balance of Payments Program; 252.211-7003 ITEM IDENTIFICATION AND VALUATION (JUN 2005); 252.246-70000 Material Inspection and receiving Report and Army Electronic Invoicing Instructions Desired Delivery: 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. Sellers must present their representations and certifications, upon request, through the Online Representations and Certifications Application (ORCA) at http:orca.bpn.gov. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified at time of order The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=311ba93c10fecc6eb8e13311ee614bed&tab=core&_cview=1)
 
Place of Performance
Address: FORT BENNING, GA 31905<br />
Zip Code: 31905<br />
 
Record
SN01714167-W 20081206/081204222841-311ba93c10fecc6eb8e13311ee614bed (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.