Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

61 -- Wind Turbine System

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Fort Leonard Wood DOC, Directorate of Contracting, P.O. Box 140, Fort Leonard Wood, MO 65473-0140
 
ZIP Code
65473-0140
 
Solicitation Number
W911S710T0307
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Teresea Crowe, 573-596-0762
 
E-Mail Address
Fort Leonard Wood DOC
(teresea.crowe@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 the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested for the required items and no written solicitation will be issued. Solicitation number W911S7-10-T-0307 is issued as a request for quotation (RFQ).This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 dated 02 August 2010. This is procurement is a small business set aside under NAICS 333611 with a size standard of 1000 employees. Ft. Leonard Wood MO requires the following items: CLIN 0001- 1 each WIND TURBINE. Must have power output 1000W greater than Power output range 5-50MPH; Height: 1443mm; Width: 1096mm; Weight: 100kg (220lbs). Turbine & throat: Aluminum 5005 H34; Shaft: Stainless Steel; Dome & skirt: Aluminum 1200 H0; Deflector (Generator): Aluminum 1200 H0; Brackets: Aluminum 6060 T591; Spider: 304 Stainless Steel; Direct Drive: Permanent Magnet; Wind Speed Rating: Exceeds Performance level 1 (205.2 km/h, 57m/s), as per AS4740: 2000 Natural ventilators Classification and performance. Manufacturer: Roof Top Wind Power; Model no. Urbanite 1000. FOB: Destination. Delivery location: CLIN 0002- 1 each MOUNTING POLE. Pole for turbine mounting. Tapered tubular tower. Metal pole will be 25 ft. minimum to 35 ft. maximum, for mounting the turbine and mounting the pole to a concrete slab. Pole and turbine shall be able to withstand a 100 mph wind without damage. FOB: Destination. Delivery location: CLIN 0003- 1 each GRIDTIE CHARGE CONVERTER. Grid Tie Unit: Energy Source: Wind-PV. AC nominal power (kw): 2; DC Input Voltage Range (VDC): 30-750 100-600; Operating Range Utility Voltage (VAC): 190-260 (adjustable); Operating Range Utility Frequency (Hz): 47-52 or 57-62 (adjustable); Total Harmonic Distortion (THD): THDAC less than 4%; Power Factor: greater than 0.99; Efficiency: greater than 94%; Utility Monitoring, Islanding Protection VAC, FAC in accordance with UL 1741, IEEE929, G83/1, G59, AS4777; Communication Interfaces: RS485; Operation Surroundings Temperature: -25~+60; Operation Surroundings Humidity: 0~95%; Ingress Protection: IP65; EMC: EN50081, part 1; Safety Short Circuit Protection, islanding protection, over heat protection, over load protection. Inverter Features: 40 point programmable, linearly extrapolated power curve, via inverter display, to match the output of a specific wind turbine; Ultra wide input voltage range from 30V up to 750V; Able to respond to very quick input voltage change and very fast output power response as well; Use current controlledPWM inverter technology; Compact and light design, one-person easy installation; IP65, visually pleasing, suitable for installing in a domestic environment; Maximum efficiency greater than 94%; Wind turbine specific grid-connection controlling algorithm, running with high effiency, safety, and reliability; Stackable for possible multi-units use; Highly reliable, numerous protection functions. Manufacturer: Ginlong; Model NBR: GCI-2K. FOB: Destination. Delivery Location: This acquisition is a Brand Name or Equal in accordance with FAR 52.211-6. Products model numbers are offered as an example only. Example item may be viewed at web site at http://www.rooftopwind.biz/index.html and http://www.ginlong.com. Vendors must quote the brand name or the equivalent of the brand name to be considered for award. To be considered for award offerors of equal products must meet all of the salient characteristics listed above. Vendors must clearly identify the offered item by brand name, make or model number, provide descriptive literature such as illustrations; specification sheets that clearly demonstrate that the offered item meets the salient characteristics listed above. Vendors must clearly describe any and all modifications to the offered item that will make it conform to the salient characteristics listed above. The contracting officer will evaluate equal products on the basis of the information provided by offerors. Unless the offeror clearly indicates in its quote that the item being offered is an equal product the offeror shall provide the brand name item specified in this solicitation. The following FAR provision is incorporated into this RFQ: 52.211-6 Brand Name or Equal. Basis for award is the vendor offering the lowest evaluated price for items conforming to the salient characteristics specified for each item. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable and are incorporated by reference: FAR 52.204-7, Central Contractor Registration. FAR 52.211-6, Brand Name or Equal. FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, shall be include with offer. 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I. 52.203-13, Contractor Code of Business Ethics and Conduct. 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-8, Utilization of Small Business Concerns. 52.219-28, Post Award Small Business Program Rerepresentation. 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, Affirmative Action for Workers with Disabilities. 52.222-54, Employment Eligibility Verification. 52.225-1, Buy American ActSupplies. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.219-1, Small Business Program Representations. 52.242-15,Stop-Work Order. 52.246-2,Inspection Of Supplies--Fixed Price. 52.247-34,F.O.B. Destination. 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE: http://www.farsite.hill.af.mil,http://www.arnet.gov/far, http://www.acq.osd.mil/dpad/dars/dfars/index.htm. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A. 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) - applies to this acquisition and the following clauses: 52.203-3, Gratuities. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.225-7001, Buy American Act and Balance of Payments Program. 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program. 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023, Transportation of Supplies by Sea. 252.243-7001, Pricing of Contract Modifications. 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country. 252.243-7001 Pricing Of Contract Modifications. OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and willing to register in Wide Area Work Flow. All vendors must have a current Central Contractor Registration (CCR). Quotes are due no later than 10:00 am. Central Daylight Time on 22 September 2010. Quotes shall be submitted via e-mail to teresea.crowe@us.army.mil or via USPS or commercial deliver service to: MICC-DOC Ft. Leonard Wood, ATTN: Teresea Crowe; 561 Iowa Ave., Ft. Leonard Wood MO 65473-0140. All quotes shall reference solicitation number W911S7-10-T-0219 in the subject line. The point of contact for this solicitation is Teresea Crowe, Contract Specialist; phone (573) 596-0762 (collect call will not be accepted).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a981faa1ec8ca6a36da738a72415b4ae)
 
Place of Performance
Address: Fort Leonard Wood DOC Directorate of Contracting, P.O. Box 140 Fort Leonard Wood MO
Zip Code: 65473-0140
 
Record
SN02282658-W 20100917/100915235810-a981faa1ec8ca6a36da738a72415b4ae (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.