Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2011 FBO #3473
SOLICITATION NOTICE

62 -- MOBILE LIGHT TOWER AND MOBILE GENERATOR

Notice Date
5/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK11LA77Q
 
Response Due
6/9/2011
 
Archive Date
5/27/2012
 
Point of Contact
Jennifer L Dorsey, Contract Specialist, Phone 321-867-0337, Fax 321-867-4884, Email jennifer.l.dorsey@nasa.gov - Gina E Hudak, Contract Specialist, Phone 321-867-1274, Fax 321-867-4848, Email gina.e.hudak@nasa.gov
 
E-Mail Address
Jennifer L Dorsey
(jennifer.l.dorsey@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the onlysolicitation; offers are being requested and a written solicitation will not be issued.The Kennedy Space Center (KSC) in conjunction with Vandenberg Air Force Base (VAFB) has arequirement for (3) mobile light towers and a mobile generator. The mobile light towerand mobile generator will be used in support of the operations at VAFB. This notice isbeing issued as a Request for Quotation for the following:Item Description:Quantity:1.6 Kilowatt Mobile Light Tower32.20 Kilowatt Mobile Generator1The following are minimal requirements for the Mobile Light Towers and Mobile Generatorto be procured for operations support at VAFB.1.Mobile Light Towers includes:6 Kilowatt liquid cooled diesel engine/generator set4 ea. 1000 watt metal halide lightsMinimum 25 fully extended light mastDual manual winches for single person operation360 degree mast rotationForklift pockets for liftingLight mast lockable in upright and stowed positionPowder coated steel generator set enclosureControl panel with key switch for preheat, start and stopAutomated oil pressure and temperature shutdownHour meterVolt meterFully galvanized trailer fenders and steel frameMinimum 2200 pound leaf spring axle with pneumatic tires Minimum 3 leveling jacks: one on trailer tongue and one each on minimum twooutriggers2 trailer ball hitchMinimum 24 gallon gas tankMinimum of one 120V receptacleTrailer tail and side brake and directional lights with lighted license plateholder2.Mobile Generator includes:- Liquid cooled diesel engine with safety shutdowns- 20 KW/25KVA generator - Minimum 24 hour run time capability on single tank of fuel- Powder coated steel generator set enclosure- Control panel with electric key start, analog electrical and engine gauges- 12 volt battery for electric start- Voltage output selector switcha.-120/240V 1-phaseb.-120/208 3-phasec.-277/480 3 phase- Power distribution panel with 120/240V single phase outlets and 3-phase lugpanel- Automated oil pressure and temperature shutdown- Skid-based trailer design with single drop axle minimum 3000 pounds withpneumatic tires, protective fenders, safety chains and running lights- Fully galvanized trailer fenders, generator skid and steel frame- Minimum one leveling jack on trailer tongue- 2 trailer ball hitch- Minimum of two 120V GFCI receptacles- Minimum of one 50A twistlock Spiderbox receptacle- Minimum of one 30A twistlock RV receptacle- Trailer tail and side brake and directional lights with lighted license plateholderDelivery Schedule:Delivery date no later than September 30, 2011.Per FAR 52.212-4, Contract Terms and Conditions--Commercial Items - Government acceptanceis deemed to occur constructively on the 45th day after the Contractor delivers thesupplies or performs the services in accordance with the terms and conditions of thecontract.Offer InformationAll responsible sources may submit an offer which shall be considered by the agency.Interested organizations may submit their quotation and detailed capabilities andqualifications to perform this effort in writing to the identified point of contact nolater than 10:00am time on June 9, 2011. Such detailed capabilities and qualificationsmust demonstrate in writing the ability to meet this requirement and will be evaluatedsolely for the purpose of determining ability to meet requirement specifications. Offers for the items(s) described above are due by June 9, 2011, 10:00am (EST) toNASA-KSC, Attn: jennifer.l.dorsey@nasa.gov, OP-LS, KSC, FL 32899 orjennifer.l.dorsey@nasa.gov. Response via email is preferred.Offers must include solicitation number, FOB destination to VAFB, proposed deliveryschedule, discount/payment terms, warranty duration (if applicable), taxpayeridentification number (TIN), identification of any special commercial terms, and besigned by an authorized company representative. Oral communications are not acceptable in response to this notice. All responsiblesources may submit an offer which shall be considered by the agency. The Government intends to acquire a commercial item using FAR Part 12. An Ombudsman has been appointed. See NASA Specific Note 'B'. In accordance with FAR 19.502-1(2), this acquisition is set aside for small business. TheNAICS Codes and the small business size standard for this procurement are 335312and 423610, 1,000 and 100 employees respectively. The offeror shall state in their offertheir size status for this procurement.The DPAS rating for this procurement is DO-C9.Evaluation Criteria:Selection and award will be made to that offeror whose offer will be most advantageous tothe Government, price and other factors considered. The following factors shall be usedto evaluate offers in order of descending importance:(i)Technical capability of the item offered to meet the Government requirement,including meeting the required delivery date of September 30, 2011(ii)Price(iii)Past PerformanceOfferors shall provide 3 references from contracts within thepast 3 years for the same or functionally similar products with similar periods ofperformance to this Mobile Light Tower and Mobile Generator. Offerors may provideinformation concerning problems encountered in the identified contracts as well as anycorrective actions. If an offeror does not have relevant past performance, then theofferor will not be rated favorably or unfavorably on past performance. All evaluation factors other than price, when combined, are significantly more importantthan price. Provisions and Clauses The provisions and clauses in the RFQ are those in effect through FAC 2005-48.The required delivery date is September 30, 2011. It is critical that offerors provideadequate detail to allow for evaluation of their offer. (See FAR 52.212-1(b)). Offerors shall provide the information required by FAR 52.212-1 (JUN 2008), Instructionsto Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in theclause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall listthe country of origin (See FAR 52.225-1).FAR 52.212-4 (June 2010), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (Dec 2010), Contract Terms and Conditions Required To Implement Statutes orExecutive Orders-Commercial Items is applicable and the following identified clauses areincorporated by reference: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that theContracting Officer has indicated as being incorporated in this contract by reference toimplement provisions of law or Executive Orders applicable to acquisitions of commercialitems: XX 52.222-3, Convict Labor (June 2003) (E.O. 11755). XX 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010)(E.O. 13126). XX 52.222-21, Prohibition of Segregated Facilities (Feb 1999). XX 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). XX 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C.793). XX 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2010) (38 U.S.C. 4212). XX 52.225-1, Buy American Act-Supplies (FEB 2009) (41 U.S.C. 10a-10d). XX 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.o.s.,proclamations, and statues administered by the Office of Foreign Assets Control of theDepartment of the Treasury). XX 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(Oct 2003) (31 U.S.C. 3332). The FAR may be obtained via the Internet at URL: https://www.acquisition.gov/far/The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htmOfferors must be registered in the Central Contractor Registry (CCR) per FAR 4.11. Toregister, please visit the following URL: https://www.bpn.gov/ccr/default.aspx. Offerors must be registered in Online Representations and Certifications Application(ORCA) per FAR 52.204-8. To register, please visit the following URL:https://orca.bpn.gov/login.aspx. It is the offeror's responsibility to monitor the following Internet site for the releaseof solicitation amendments (if any):http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76. Potential offerors will beresponsible for downloading their own copy of this combination synopsis/solicitation andamendments (if any).Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK11LA77Q/listing.html)
 
Record
SN02459648-W 20110529/110527234819-7441dac8d9ba1e91f31b16daac33ba13 (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.