Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

61 -- Diesel Generators Sets - Panama

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
U.S. Department of State, Regional Procurement Support Office - Fort Lauderdale, Florida Regional Center, 4000 N. Andrews Ave., Fort Lauderdale, Florida, 33309
 
ZIP Code
33309
 
Solicitation Number
S-WHARC-10-Q-0100
 
Archive Date
10/1/2010
 
Point of Contact
Juan M. Fernandez, Phone: 9546301132
 
E-Mail Address
FernandezJM@state.gov
(FernandezJM@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested by this notice alone, and a written solicitation will not be issued. This synopsis/solicitation is issued as a Request for Quotations for diesel generator sets to be used by the Government of Panama pursuant to an agreement with the U.S. Department of State. 1. DESCRIPTION 1.1. The U.S. Department of State, Narcotics Affairs Section (NAS), U.S. Embassy Panama City, Panama, has a requirement for the purchase of two (2) diesel generator sets, to be donated to the government of Panama for NAS program purposes. 1.2. This acquisition is unrestricted. The NAICS code applicable to this acquisition is 335312. 2. REQUIRED ITEMS: LINE ITEM 001: 11 Kva Diesel Generator Set. QUANTITY: One (1) Set, New DESCRIPTION: 120 VAC / 60 amps and 240 VAC / 30 amps voltage alternate outlet; 13.8 VDC / 30 amps/HR continuous voltage outlet; Automatic start system and manual start system through transfer switch (100 amps); Inverter and charger from 48VDC to 120VAC, with charge capacity of 100 amps/HR and 3000 watts of continuous generation; 12 VDC/180 amps/HR Battery bank, sealed, deep cycle set to 48 VDC; Rack to mount solar panel back-up; Outdoors cover; Complete cabling, bronze terminal connectors, DC/AC charges distribution boxes, security breakers; Fuel Tank: Approximately 8 gallons (+/- 10%); Fuel Consumption: Approximately ½ tank per 11 hours of operation (+/- 10%); Hour counter; Sound Level: Not greater than 75 dB; Weight: Approximately 195 lbs (+/- 10%) The generator set will be installed in Jaque, Darien Province, Republic of Panama. As such, the proposed generator sets must have parts and service availability near the installation area. Vendor shall provide with their quote a list of businesses in Panama selling parts and providing service for the proposed generator sets. Shipping components separately (i.e. generator, transfer switch, battery charger, etc.) is not acceptable. Vendor shall provide fully assembled, integrated, and tested generator sets. LINE ITEM 002: 7 Kva Diesel Generator Set. QUANTITY: One (1) Set, New DESCRIPTION: 120 VAC / 60 amps and 240 VAC / 30 amps voltage alternate outlet; 13.8 VDC / 30 amps/HR continuous voltage outlet; Automatic start system and manual start system through transfer switch (100 amps); Inverter and charger from 12VDC to 120VAC, with charge capacity of 100 amps/HR and 3000 watts of continuous generation; 12 VDC/600 amps/HR Battery bank, sealed, deep cycle; Rack to mount solar panel back-up; Outdoors cover; Complete cabling, bronze terminal connectors, DC/AC charges distribution boxes, security breakers; Fuel Tank: Approximately 8 gallons (+/- 10%); Fuel Consumption: Approximately ½ tank per 11 hours of operation (+/- 10%); Hour counter; Sound Level: Not greater than 75 dB; Weight: Approximately 195 lbs (+/- 10%) The generator set will be installed in Jaque, Darien Province, Republic of Panama. As such, the proposed generator sets must have parts and service availability near the installation area. Vendor shall provide with their quote a list of businesses in Panama selling parts and providing service for the proposed generator sets. Shipping components separately (i.e. generator, transfer switch, battery charger, etc.) is not acceptable. Vendor shall provide fully assembled, integrated, and tested generator sets. LINE ITEM 003: Installation and Testing in SENAFRONT base in Jaque, Darien Province, Republic of Panama. QUANTITY: One (1) Lot. 3. DELIVERY INFORMATION 3.1. REQUIRED DELIVERY DATE: 45 calendar days after receipt of purchase order. 3.2. DELIVERY TERMS: FOB Destination. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. Any lost or damaged items during shipment shall be replaced by the contractor upon notification. When the order is ready for shipment, forward the shipment prepaid directly to: 3.2.1. Despatch/CRP: Just In Time Services, Inc. 11450 NW 34th Street, suite 100 Doral, Fl 33178 Ph. 305-477-4140 Fax 305-477-4745 3.2.2. American Embassy Panama City NEC - Clayton Building 783 ATTN: Warehouse Panama City, Panama Please note that the actual shipping location will be determined prior to award. Quotes must provide pricing for both shipping options (i.e. 3.2.1. and 3.2.2.), and award decision will take into consideration the lowest overall price to the Government including shipping and related charges (i.e. customs, value added tax, etc.). The items being acquired will be donated to the government of the ultimate destination Panama. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, licenses, and paperwork. Price must include delivery to the above-mentioned address and compliance with all applicable export/ITAR licensing requirements. If an export license is required, the items shall not be shipped until necessary export license is received. 3.3. MARKING REQUIREMENTS: American Embassy NAS - Project No. 01321204 Diesel Generator Sets POC: Luis Quinzada Purchase Order No. (To be provided upon award) Panama City, Panama One copy of the packing list and commercial invoice must accompany the shipment, attached to the outside of the "lead" or number one box/carton/package, or individually attached to the outside of each box/carton/package. If you have any problems in complying with these instructions, please contact the Contracting Officer. Please include a copy of the packing list with your original invoice to the Contracting Officer or other office designated in the order that will provide us advance information for Customs clearance purposes. PLEASE NOTE: This order is ultimately intended for an overseas destination. If the shipment will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: "Guidelines for Regulating Wood Packaging Material in International Trade" (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor's expense. If you have any question regarding this requirement, please contact the Contracting Officer. 4. EVALUATION OF QUOTATIONS: 4.1. Award will be made to the Lowest Priced-Technically Acceptable Offeror who submits a quote that is responsive to the RFQ requirements. Award decision will take into consideration the lowest overall price to the Government including shipping and related charges (i.e. customs, value added tax, etc.). 4.2. Additional Considerations: The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably low or high in price. The Government will determine acceptability by assessing the offeror's compliance with the terms of the Request for Quotation (RFQ). The Contractor must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality. 4.3. Award will be on an "all or none" basis. 4.4. The source-origin restrictions in 22 CFR 228 are applicable to this acquisition. 5. QUOTATION MUST INCLUDE THE FOLLOWING: 5.1. PRICE: unit and extended prices, inclusive of delivery charges. Please note that the actual shipping location will be determined at the time of award. Quotes must provide pricing for both shipping options (i.e. 3.2.1. and 3.2.2.), and award decision will take into consideration the lowest overall price to the Government including shipping and related charges (i.e. customs, value added tax, etc.). 5.2. DESCRIPTION: Description/nomenclature of the item being proposed; product literature may be provided. 5.3. DUNS AND CCR: DUNS number and statement that the quoter is registered in CCR. 5.4. CERTIFICATIONS: Completed certifications (FAR 52.212-3) or statement that the certifications are included already at the ORCA web site (https://orca.bpn.gov/). In addition, complete DOSAR 652.228-70. 5.5. List of businesses in Panama selling parts and providing service for the proposed generator sets and components. 6. ADDITIONAL INFORMATION AND REQUIREMENTS: In order to receive an award, you must be registered in the Central Contractor Registration database at www.ccr.gov. However, please see the exceptions at FAR Subpart 4.1102. All responsible sources may submit a quotation which shall be considered by the Department. This solicitation number S-WHARC-10-Q-0100 is issued as an RFQ under subpart 12.6 of the Federal Acquisition Regulation (FAR). This is a solicitation document incorporating FAR clauses and provisions that are in effect through Federal Acquisition Circular 2005-43. FAR clauses may be accessed at: http://acquisition.gov/far/index.html The following FAR Clauses and Provisions are incorporated by reference. 52.204-7, Central Contractor Registration 52.212-1, Instructions to Offerors - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items [The following clauses are selected under paragraph (b):52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-33, Payment by Electronic Funds Transfer- Other than Central Contractor Registration; and 52.232-36, Payment by Third Party] 52.214-34, Submission of Offers in the English Language 52.228-3, Workers Compensation Insurance (Defense Base Act) 52.228-4, Workers Compensation and War-Hazard Insurance Overseas DOSAR clauses may be accessed at: http://www.statebuy.state.gov/dosar/dosartoc.htm The following DOSAR clauses and provisions are incorporated by reference. 652.229-70, Excise Tax Exemption Statement for Contractors Within the United States (JUL 1988) 652.242-73, Authorization and Performance (AUG 1999) 652.242-72, Shipping Instructions (DEC 1994) 652.243-70, Notices (AUG 1999) 652.228-70, Defense Base Act - Covered Contractor Employees (JUN 2006) [Fill-in paragraph (b) Panama; Workers' compensation laws exist that will cover local nationals and third country nationals.] 652.228-71, Worker's Compensation Insurance (Defense Base Act) - Services (JUN 2006) [Fill-in paragraph (c) $3.60 per $100] 652.228-74, Defense Base Act Insurance Rates - Limitation (JUN 2006) [Fill-in paragraph (b) Services $3.60 per $100 of employee compensation; Construction $5.50 per $100 of employee compensation] 652.229-71, Personal Property Disposition at Posts Abroad (AUG 1999) 7. QUOTATIONS ARE DUE by 3:00 p.m., September 16, 2010, local (Ft. Lauderdale, U.S.) time, via e-mail, fax, or mail. Identify your quotation as a response to solicitation number S-WHARC-10-Q-0100. Mail to Juan M. Fernandez, Contracting Officer, U.S. Department of State, RPSO Florida, 4000 N. Andrews Ave., Ft. Lauderdale, FL 33309; fax to 954-630-1165; or e-mail (preferred) to: fernandezjm@state.gov. CAUTION: Complete quotations must be received at the location stated above by the required due date and time. Late quotations will be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items paragraph (f). 8. AWARD TYPE: The Government will award a firm-fixed-price Purchase Order for the requirements identified in this RFQ. The price shall include all direct and indirect costs, overhead, general and administrative expense, profit, shipping/delivery charges, export requirements, insurance, assembly, etc. The price will not be subject to adjustment after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/RPSO/FRC/S-WHARC-10-Q-0100/listing.html)
 
Place of Performance
Address: See Description, Panama
 
Record
SN02271238-W 20100909/100908063628-cda210c38322e482167d8c6a6cf44b53 (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.