Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOLICITATION NOTICE

61 -- Mobile Electric Generator

Notice Date
4/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-10-T-0019
 
Response Due
5/6/2010
 
Archive Date
7/5/2010
 
Point of Contact
Jonathan Lehmann, 508-233-4124
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(jonathan.lehmann@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 Subpart 12.6, 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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, 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. The U.S. Army RDECOM Contracting Center, Natick Contracting Division has an acquisition requirement for a firm fixed price contract for a mobile electric generator for use at the National Training Center at Fort Irwin, CA. This is a combined synopsis/solicitation W911QY-10-T-0019. 52.219-6 Notice Of Total Small Business Set-Aside applies to this request for quote. The NAICS Codes for this acquisition is 335312. Vendor Scope of Work: The Government seeks to purchase an MQ Power WhisperWatt Model DCA125SSI or similar mobile electric generator. At a minimum, the system must have a prime rating of 100 kW and 125 kVA, with a stand by rating of 110 kW and 137 kVA. The generator must run at least 1800 revolutions per minute and produce 60 Hertz, 3 phase, 208 Voltage. The sound level at full load 25 feet from unit must be below 69 dB. The engine must be a Tier 3 Diesel Engine. The system must be mounted on a trailer and the total weight should be under 4800 lbs. The generator must perform in desert like conditions. Ft. Irwin receives 3.4 in of rain average a year and the test location is next to a dirt transport road, due to the arid environment and constant vehicle traffic conditions at the test site are always dusty. The system must be able to perform in a temperature range of 10 F- 125 F. The warranty of the Engine must be 12 months from date of purchase with unlimited hours or 24 months from date of purchase with 2000 hours (whichever comes first). The warranty of the generator must be 24 months from date of purchase or 2000 hours (whichever occurs first).The warranty of the trailer must be 12 months excluding normal wear items. Preference will be given to proposals that specifically include an MQ Power model generator because the site that the generator is supporting has a power control and distribution system that already integrates an MQ Power generator. This system already knows the control logic of the MQ Power generators and will require no addition costs or schedule delays associated with integrating a different generator. Proposals may be submitted via email to jonathan.lehmann@us.army.mil or sent by overnight or regular mail to Jonathan Lehmann c/o U.S. Army RDECOM Contracting Center, Natick Contracting Division ATTN: CCRD-NA-SY, 1 Kansas Street, Natick MA 01760-5011. Questions may be addressed to Jonathan Lehmann via email at jonathan.lehmann@us.army.mil. The closing time and date for quotes will not be later than 16:00 pm EDT May 06, 2010. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: 52.212-1 Instructions To Offerors Commercial Items; 52.212-2 Evaluation - Commercial Items with Addenda below; Addendum to 52.212-2 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: Technical capability of the item offered to meet the Government requirement (Salient Characteristics); past performance and price. Technical and past performance, when combined, are less important than price. This is a lowest cost technically acceptable request for quote. 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 addendum), A completed copy of 52.212-3 Offeror Representation and Certifications - COMMERCIAL ITEMS and 252.212-7000 Offeror Representations and certifications Commercial Items and 252.227-7017 Identification and Assertion of Use, Release, or Disclosure Restrictions must be submitted with the offer. The following Federal Acquisition Regulation (FAR) clauses also apply: 52.212-4 Contract Terms and Conditions Commercial Items..52.212-5(DEV) Contract Terms and Conditions Required to Implement Statutes Of Executive Orders - Commercial Items(Deviation), which include (i) 52.203-13 Contractor Code of Business Ethics and Conduct; (ii) 52.219-8 Utilization of Small Business Concerns; (iv) 52.222-26 Equal Opportunity; (v) 52.222-35 Equal Opportunity for Disabled Veterans; (vi) 52.222-36 Affirmative Action; (vii) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; and (viii) 52.222-41 Service Contract Act of 1965. Other FAR clauses that apply to this solicitation are: 52.204-7 Central Contractor Registration; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.225-13(Deviation) Restriction on Certain Foreign Purchases(Deviation) - (b) Except as authorized by OFAC, most transactions involving Cuba, Iran, Libya, and Sudan are prohibited, as are most imports from North Korea, into the United States or its outlying areas; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.252-1 Solicitation Provisions Incoporated By Reference - the full text of a solicitation provision may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-2 Clauses Incorporated by Reference - the full text of a clause may be accessed electronically at this/these address(es): http://FARSITE.HILL.AF.MIL/ http://www.arnet.gov/far/; 52.252-6 Authorized Deviations in Clauses - The use in this solicitation or contract of any Defense Federal Acquisition Register (DFAR) (48 CFR Chapter 2 ) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses that apply to this solicitation are as follows: 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items(DEVIATION) which includes 252.225-7014 Preference for Domestic Specialty Metals, Alternate I, 252.237-7019 Training for Contractor Personnel Interacting with Detainees, 252.247-7023 Transportation of Supplies by Sea, and 252.247-7024 Notification of Transportation of Supplies by Sea. Other DFARS clauses that apply to this solicitation are: 252.204-7000 Disclosure of Information; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.211-7003 Item Identification and Valuation - The Contractor shall provide a unique item identifier for the following: the generator; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; 252.227-7015 Technical DataCommercial Items; 252.227-7016 Rights in Bid or Proposal Information; 252.227-7037 Validation of Restrictive Markings on Technical Data; 252.232-7003 Electronic Submission of Payment Requests. All provisions and clauses applicable to this solicitation may be accessed electronically at the following: http://www.arnet.gov/far; http://farsite.hill.af.mil; http://www.dtic.mil/dfars. To be eligible for award, all offerors must be registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://ccr.edi.disa.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9770e6f0093c9eeec64b82ad887e9f1b)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02128972-W 20100423/100421235556-9770e6f0093c9eeec64b82ad887e9f1b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.