Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

61 -- 13 KW Liquid Cooled Generators

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator 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
F4AT829209A002
 
Archive Date
9/26/2009
 
Point of Contact
Thomas I. Van Horn, Phone: 8502838630, Angela M. Maher, Phone: 8502832974
 
E-Mail Address
thomas.vanhorn@tyndall.af.mil, angela.maher@tyndall.af.mil
(thomas.vanhorn@tyndall.af.mil, angela.maher@tyndall.af.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This constitutes the only notification before award. Solicitation reference # F4AT829209A002 is issued as a request for quote, utilizing using the Test Program for certain commercial items IAW FAR Part 13.5. This acquisition is 100% set aside for small business under the North American Industry Classification Systems Code (NAICS) 335312 of which the small business standard is 1,000 employees. 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal acquisition Circular 2005-32. The basis of this award will be based on the evaluation factors listed in under FAR Clause 52.212-2 -- Evaluation -- Commercial Items.. Contract Line Item Numbers (CLIN): CLIN 0001 - Qty: 2 each; GMCS Generator with installation in GMCS Van included. Please see below listed requirements. Shipping is also included in the total price. Installation/Specifications Requirements for 13KW Generators: Contractor shall perform on-site installation of a redundant electrical generating system in the GRDCS Mobile Control System (GMCS) at Building 1080, Holloman AFB, New Mexico, 88330. Contractor shall provide two 13kW or larger capacity liquid cooled, unleaded gasoline fueled, generators that output 230VAC, 60Hz (+- 1Hz) and that are no larger than 44"L x 21"W x 28"H, in size. Contract shall also provide all necessary wiring, cabling, connectors, hardware and ancillary components to interface with existing electrical distribution, left side generator fuel delivery, and right side generator exhaust outlets, as viewed from the rear of the GMCS van. Installation will include a remote monitoring/control panel on the interior of the GMCS and automated transfer capability in the event of unit failure. Existing transfer hardware may be used. Contractor shall provide one set of operations and maintenance manuals. Initial start-up, testing and operator training to proficiency shall be provided by the contractor. There will be no site visit for this solicitation. Pictures can be supplied by e-mail to interested vendors. Please email SSgt Van Horn at thomas.vanhorn@tyndall.af.mil. Additional information: The dimensions of the generator enclosure are 77W x 55H in inches, fuel enters from the left side with the exhaust exits for both generators out the rear or left rear of the van. Remote monitoring panels are to be on the inside back panel of the van and the contractor is required to furnish a new gauge package including oil pressure, water temperature, hour meter and voltage for each generator. The contractor may use the existing transfer switch. The generator's fuel tank is separate from the van's and the existing fuel lines may be changed/modified, but the contractor will be responsible for ensuring there are no leaks, that the lines are not in the way of operations, or present a tripping hazard to anyone walking near the generators. Currently both generators feed off of one fuel tank separate from the vans. Both generators need to be capable of being remotely started from inside the van as well as outside in the spot that they are installed. Circuit breakers are required on both generators. The wire running from the pin and sleeve to the transfer distribution is limited to 60 AMP and the wire size in the panel is number 6. The metal floors may be modified for installation of the new generators; however, the contractor will be responsible for repairing any holes not used. This needs to be a turnkey operation. No other modification to the van walls or storage areas will be permitted. Commercial warranties for parts and Labor apply. All Warranty calls shall be provided within 48 hours of notification at Building 1080, Holloman AFB, New Mexico, 88330. Delivery shall be no later than 90 days after Receipt of Order. The following clauses apply to this acquisition: FAR Clause 52.212-2 -- Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability, including size of the item offered to meet the Government requirement; (ii) Price Technical is Significantly more important than price. Technical evaluation will be based on the ability to meet the posted required specifications. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.211-6 Brand Name or Equal (Aug 1999); FAR 52.212-1 Instruction to Offerors - Commercial Items (Jun 2008); FAR 52.212-3 Alt 1 Offeror Representations and Certification - Commercial Items (Feb 2009); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2009) (Deviation); FAR 52.219-6 Notice of Total Small Business Set Aside (June 2003); FAR52.219-28 Post-Award Small Business Representation (April 2009); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Feb 2008); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-22 -- Previous Contracts and Compliance Reports (Feb 2009); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.233-3 Protest After Award(Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.237-1 -- Site Visit (Apr 1984); FAR 52.247-34 F.O.B. Destination (Nov 1991); FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference ( Feb 1998); FAR 52-252-2 Clauses Incorporated by Reference (Feb 1998); FAR 52.252-5 -- Authorized Deviations in Provisions (Apr 1989); FAR 52.252-6 Authorized Deviations in Clauses (April 1984); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2009); DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); DFAR 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jan 2009); DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); DFAR 243.205-70 Pricing of contract modifications (Dec 1991); AFFARS 5352.201-9101 Ombudsman (Aug 2005). WAWF(local Clause) (Jan 2008). Please return all quotes by e-mail to SSgt Van Horn at thomas.vanhorn@tyndall.af.mil. Fax number is 850-283-8147.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AT829209A002/listing.html)
 
Place of Performance
Address: Building 1080, Holloman AFB, New Mexico, Holloman, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN01941674-W 20090906/090905000820-c7d211582ff135e8a748dff9eab4807b (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.