Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2009 FBO #2734
MODIFICATION

99 -- Generator Enclosure

Notice Date
5/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA39126A001GeneratorEnclosure
 
Archive Date
6/10/2009
 
Point of Contact
Amanda Brickner, Phone: 850-283-8636, Nell L Matchkus, Phone: (850)283-8632
 
E-Mail Address
amanda.brickner@tyndall.af.mil, nell.matchkus@tyndall.af.mil
(amanda.brickner@tyndall.af.mil, nell.matchkus@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is UNRESTRICTED and all responsible offers will be accepted. The solicitation reference number is F4ATA39126A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System Code (NAICS) is 332322. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. DESCRIPTION: 1 EA. Enclosure for Cummins DFFB 500 kW Generator. SPECIFICATIONS: - Enclosure (skin tight). - Length: 200 inches. - Width: 72 inches. - Height: 96 inches. - Air Requirement: 30000 CFM. - Fixed Intake Louvers with Bird Screen. - Gravity Damper Discharge. - Five 36" doors with stainless steel hardware. - Reinforced door framing. - Door drip guards. - Critical grade silencer. - Exterior muffler mounting hardware. - Stainless steel exhaust flex. - Exhaust elbow and rain cap. - Exhaust rain shield. - Pre-finished aluminum modular panel design. - Enclosure should be designed and built to withstand 150 MPH wind load and have fume disposal and engine drains piped to the outside of the enclosure. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Price Evaluation factors when combined, will be significantly more important than cost or price. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Quotes shall be marked with the Request for Quotation Number, date and time. Facsimile and electronic mail proposals will be accepted. Mail quotes to 325th Contracting Squadron/LGCB ATTN: Amanda Brickner 501 Illinois Ave, Ste 5, Tyndall AFB, FL 32403-5526. Faxed quotes must be in accordance with FAR 52.214-31, Facsimile Bids (Dec 1989) to ATTN: Amanda Brickner at (850) 283-8491. Quotes submitted electronically should be sent to amanda.brickner@tyndall.af.mil. Prospective offers are due no later than 1:00 PM Central Time, 26 May 2009. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR/DFAR provisions/clauses apply to this acquisition: 52.204-7 - Central Contractor Registration 52.212-2 - Evaluation - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5 (Deviation) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-28 - Post Award Small Business Program Representation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Affirmitive Action for Workers with Disabilities 52.222-50 - Combating Trafficking in Persons 52.232-33 - Payment by Electronic Funds Transfer - CCR 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations In Clauses 252.204-7004 Alt A - Central Contractor Registration 252.212-7001 (Deviation) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 52.225-7001 - Buy American Act and Balance of Payment Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Invoices 5352.201-9101 - Ombudsman
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA39126A001GeneratorEnclosure/listing.html)
 
Place of Performance
Address: Tyndall Air Force Base, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01823822-W 20090522/090521004214-68ea7a1026aa2a1bce18b1db5f6f7e54 (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.