Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

61 -- PURCHASE 300KW DIESEL GENERATOR FOR USACE, GAVINS POINT PROJECT, CROFTON, NE.POC CURTIS BISGARD 402-667-2560

Notice Date
9/1/2010
 
Notice Type
Presolicitation
 
Contracting Office
USACE District, Omaha, 1616 Capital Ave, Omaha, NE 68102-4901
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-10-Q-G036
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
MONICA DWYER, 402-667-7873
 
E-Mail Address
USACE District, Omaha
(monica.e.dwyer@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PURCHASE OF 300 kw DIESEL GENERATOR FOR THE US ARMY CORPS OF ENGINGEERS, GAVINS POINT PROJECT LOCATED NEAR YANKTON, SD; POC CURTIS BISGARD 402-667-2565 Purpose: To provide a replacement diesel generator for an existing BUDA brand diesel generator at the Gavins Point Powerhouse. The new generator will be located in an existing room in the powerhouse where the temperature is maintained between 72 and 78 degrees.Installation is not included in this package. Scope: The contractor shall supply an emergency standby diesel generator for the Gavins Point Powerhouse. It is preferred that the generator set (genset) be of domestic origin. The manufacturer shall have demonstrated 10 consecutive years of manufacturing gensets. The manufacturer shall have the ability to respond to an on-site service call with a factory-trained technician within 8 hours. The genset shall meet the following requirements: 1. 300 kw, 480 volt, 3 phase 2. Water cooled by heat exchangers (no air cooled water radiators). Existing water supply is lake water provided at 140 gpm at 17 psi with the water temperature varying from 33-80 degrees. 3. Engine shall be an industrial 4-cycle diesel. Fuel filter and air filter shall be included. 4. Generator must be capable of connecting to an un-grounded delta system wiring configuration. 5. Genset shall be mounted on its own skid with vibration isolators mounted between the engine and the base. 6. Genset shall include a base-mounted fuel tank with secondary containment sized for approximately 500 gallons. 7. Genset shall be electric start with a starting voltage of 24 volts negative ground. Unit shall include batteries and 110 volt maintenance charger. 8. Genset shall have monitoring gauges on the unit that that at a minimum will reflect Volts Output, Amps Output, Power meter displaying KW and KVA, engine RPM, engine oil pressure, engine temperature, and generator battery charge. A remote system data display panel shall be included which can be installed in the power plant control room at a later date. The remote display panel shall duplicate the monitoring capability that is mounted on the genset. 9. Genset shall have local start/stop capability at the unit and shall have remote start/stop capability from the power plant control room. 10. Generator shall be equipped with space heaters to inhibit condensation. 11. Diesel engine exhaust shall capable of attaching to existing building exhaust plenum. 12. Maximum size the genset can be is 94 inchs tall x 70 inchs wide x 174 inchs long. 13. Three sets of installation manuals and operational & maintenance manuals shall be provided in hard copy as well as electronic format. Delivery: The price shall included delivery of the genset to the Gavins Point Powerhouse, 55245 Highway 121, Crofton, NE 68730. Deliveries will only be accepted Monday through Thursday between the hours of 6:00am and 4:30pm. Bidding Information: Bids will be evaluated based on either GSA prices or open market price. The bidder may provide both a GSA bid and an open-market bid. The Government will compare only GSA bids to each other and open market bids to each other (one bidders GSA bid will not be compared to another bidders open-market bid). Additional Bidding Information: Bidders shall be evaluated on the factors listed below. All factors will be important in determining the successful bidder. a. Ability to respond to an on-site service call with a factory-trained technician within 8 hours. b. Equipment submittal from Manufacturer and history of similar projects with the names and contact information of three references we can contact. c. Warranty. d. Price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-10-Q-G036/listing.html)
 
Place of Performance
Address: USACE, GAVINS POINT PROJECT 55245 HIGHWAY 121 CROFTON NE
Zip Code: 68730
 
Record
SN02264119-W 20100903/100901235652-76c57544081ac2b85894410d5f850428 (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.