Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

61 -- Supply and Install Natural Gas Generator

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Agriculture, Forest Service, R-5 Northern California Acq Service Area, 3644 Avtech Parkway, Suite 180, Redding, California, 96002, United States
 
ZIP Code
96002
 
Solicitation Number
AG-9A73-S-12-0003
 
Archive Date
3/31/2012
 
Point of Contact
Rebecca Bowles, Phone: 530-226-2703, Jeannie Vaughn, Phone: 530-226-2702
 
E-Mail Address
rbowles@fs.fed.us, jvaughn@fs.fed.us
(rbowles@fs.fed.us, jvaughn@fs.fed.us)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS MODIFICATION CHANGES THE NOISE LEVEL SPECIFICATION AND PROVIDES FURTHER DESCRIPTIVE INFORMATION FOR THE OVERALL GENERAL SPECIFICATIONS. THIS MODIFICATION ALSO CHANGES THE CLOSING DATE TO MARCH 16, 2012. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is AG-9A73-S-12-0003 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 effective February 2, 2012. The North American Industry Classification Systems (NAICS) code is 335312. The business size standard is 1,000 employees. The Federal Supply Class is 61. Only one contract will be awarded. A firm-fixed purchase order will be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) to be considered for award. Information concerning CCR Registration requirements may be viewed via the internet at http://www.ccr.govor by calling the CCR Registration Center at 1-888-227-2423. DESCRIPTION: This contract is to supply and install a Natural Gas Generator for the Northern California Communication Center - Emergency Dispatch Center. This includes removal of the existing Generator for disposal by the Government. The existing Generator is a Kohler 70RZ82. Pictures available upon request. The requirements for the replacement are as follows: Rated Watts: 70 kW Horsepower: 110 hp Rated Amps@208 V, 3ph: 243A Output Voltage: 120/208 V, 3Ph Fuel Type: Natural gas Fuel Consumption @ 50% Load: 500 ft3/hr Noise Level: 65db - 74db Dimensions (L x W x H): 97 x 37 x 48 Weight: 2185 Warranty: 2 Yrs. Generator shall meet or exceed all State of California emissions and EPA requirements. Contractor shall provide one copy of factory standard operation and maintenance manuals with supply of Generator. CLIN 0001 - Quantity - 1 Each Generator set and all necessary accessories such as batteries, charger, block heater and any other necessary parts for generator to be functional. All parts and equipment provided are to be new and in accordance with manufacturer specification. CLIN 0002 - Quantity - 1 Lump Sum Installation of Generator - This includes all labor, supervision, materials and incidentals required to install generator in accordance with manufacturer's recommendation and warranty. This includes removal of the existing Generator for disposal by the Government. This generator is to replace an existing standby generator. The current generator is housed in a separate out building near the Northern California Dispatch Center. The new generator is to be installed in the same location. Delivery: 60 Days ARO or less. Place of delivery, performance and acceptance is FOB Destination Redding, CA 96002. The provision at FAR 52.212-1 (Feb 2012), Instructions to Offerors-Commercial, applies to this acquisition. 52.212-2 Evaluation - Commercial Items (JAN 1999) (a) The Government intends to 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: Price, Relevant Past Performance and Technical acceptance of the item being offered to meet the government's requirement. Technically acceptable is meeting all minimum salient characteristics. The Offeror shall submit descriptive literature such as drawings and/or brochures that shows all products characteristics and or construction and explains it's operation. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. CERTIFICATION: The contractor shall certify and maintain substantiating evidence, that the product offered meets the salient characteristics of this commercial item description and that the product conforms to the producer's own drawings, specifications, standards and quality assurance practices. The government reserves the right to require proof of such conformance prior to delivery and thereafter as may otherwise be provided for under the provisions of the contract. Relevant Past Performance: Offerors shall furnish a reasonable number of references for past performance. Past performance references shall include name and contact information for recent and relevant contracts for the same or similar items. The Government may contact references to inquire as to the offeror's capability, effectiveness, compliance, timeliness, cooperation and overall customer satisfaction. Past performance information that will be considered is not limited to the references provided by the offeror. Representations and Certifications shall be submitted in accordance with FAR 52.212-3 unless registered in ORCA as described below. FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) The following addenda as provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address; Telephone Number of Offeror; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Feb 2012). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offer shall complete only paragraphs (c) through (o) of this provision. The clause can be downloaded from the following website: http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial (FEB 2012); the following FAR clauses are applicable as listed in 52.212-5. FAR 52.203-6 Alt 1 - Restriction on Subcontractor Sales to the Government (OCT 1995) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) FAR 52.222-41 Service Contract Act of 1965 (NOV 2007) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging while driving (AUG 2011) FAR 52.225-13 Restrictions on Certain Foreign Products (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.233-3 Protests After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Provisions and clauses incorporated by reference in this solicitation can be accessed on-line in full text at the following website: http://farsite.hil.af.mil/. RESPONSE TIME: Request for Quotation will be accepted at USDA Forest Service, Northern California Service Center, 6101 Airport Road, Redding, CA 96002 NO LATER THAN March 1, 2012 Pacific Daylight Time at 4:30 pm. Quotations may be faxed to 530-223-1536 or emailed to jvaughn@fs.fed.us. Point of Contact for this solicitation is Rebecca Bowles (530) 226-2703 or Jeannie Vaughn (530) 226-2702. If you have questions regarding this solicitation, please submit via email to rbowles@fs.fed.us or jvaughn@fs.fed.us.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0602ee7cd03e49d41208601c499e0264)
 
Place of Performance
Address: USDA, Forest Service, Northern California Communication Center, 6101 Airport Road, Redding, California, 96002, United States
Zip Code: 96002
 
Record
SN02683376-W 20120229/120227234323-0602ee7cd03e49d41208601c499e0264 (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.