Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOLICITATION NOTICE

61 -- FG Wilson Model P88-1 Generator or EQUAL

Notice Date
4/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB12T0039
 
Response Due
4/23/2012
 
Archive Date
6/22/2012
 
Point of Contact
Bonita Zander, 410-306-2665
 
E-Mail Address
ACC-APG - Aberdeen Division D
(bonita.m.zander.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
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. The Asymmetric Warfare Group (AWG) has a requirement for Generators. 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 will be a brand name or equal requirement. The combined synopsis/solicitation number is W91CRB-12-T-0039. The Government contemplates award of a Firm-Fixed Price Purchase Order for FG Wilson Model P88-1, 90Kva 60 Hz Generator or EQUAL. This acquisition is a unrestricted requirement. The North America Industry Classification Code applicable to this acquisition is (NAICS) 335312, Generating apparatus and parts. CLIN 0001: FG Wilson Model P88-1, 90 Kva, 60 Hz generator or EQUAL QTY - 2 each CLIN 0002: Shipping to Fort Meade, MD QTY - 2 each REQUIREMENTS The vendor shall provide two (2) - brand new FG Wilson Model P88-1, 90 Kva 60 Hz generators or EQUAL in accordance with the functional salient characteristics: Vendor shall provide two (2) brand new FG Wilson Model P88-1, 90 Kva 60 Hz generators or EQUAL. Vendor shall provide, and install prior to shipment, a factory manufactured weatherproof sound attenuated enclosure for each unit. Perkins Diesel Engine model 1104A-44TG2, 4 Cylinders, Radiator Cooled or EQUAL. Heavy Duty steel skid base frame with rubber mount pads. Electric starting system 12 VDC with battery charging alternator. Battery and Cables Sub-base 58 gallons fuel tank Power Wizard 1.1 Digital Control Panel with Auto-Start Module or EQUAL Generator shall have a shutdown system in event : Low Oil Pressure, High Coolant Temperature, Over Speed and Over Crank Battery Trickle Charger Instruction Manual and Electrical wiring Diagrams DELIVERY: The vendor shall deliver to Asymmetric Warfare Group (AWG) at Fort Meade, Maryland. Delivery no later than 30 April 2012. Shipping shall be FOB Destination to US Asymmetric Warfare Group (AWG), located at Fort Meade, Maryland. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3, Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) 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 offeror shall complete only paragraphs (b) through (k) of this provision. 252.212-7000, Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. ADDENDUM to 52.212-4 52.219-8, Utilization of Small Business Concerns 52.223-11 Ozone Depleting Substances 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.247-34 FOB Destination 252-211-7003 Item Identification and Valuation 52.211-7006 Passive Radio Frequency Identification 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C. 2402) 52.219-14 Limitations on Subcontracting 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 Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-2 Buy American Act - Supplies 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.246-2 Inspection of Supplies-Fixed Price 52.252-2 Clauses Incorporated By Reference 52.203-7002 Requirement to Inform Employees of Whistleblowers Rights 52.204-7003 Control of Government Personnel Work Product 52.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 252.203-7000 Requirements Relating to Compensation to Former DoD Officials 252.225-7001 Buy America and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.227-7015 Technical Data - Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests. EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. 52.233-2 Service of Protest (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgement of receipt from ACC - APG ATTN: Gregory Wagenknecht 4118 Susquehanna Ave. APG, MD 21005 (b)The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. Quotation submission instructions - 1.Quotes shall be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit price and extended prices; (4) Contractor DUNS number and Commercial and Government Entity (CAGE) Code; (5) Signed acknowledgements of any amendments, if any amendments to this combined synopsis/solicitation are issued. 2.Offerors shall include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representation and Certification - Commercial Items with the quotation or indicate that completion of reps and certs online at http://orca.bpn.gov. Failure to include the reps and certs with the quotation may result in elimination from consideration for award. 3.Offerors offering an equal item to the brand name described in the CLIN description shall include narrative to describe how the item proposed is equal to the brand name. If determination of equality cannot be made by the narrative submitted with the quotation, the offer may not be considered for award. 4.Quotations shall include the name, phone number, and e-mail addresses of at least three customers for whom the product proposed has been provided in the past. If the product proposed has never been provided, the quotation shall so state. Evaluation - 1.The Government intends to award a contract resulting from this combined synopsis/solicitation without conducting discussions. 2.The Government intends to award to the responsible offeror proposing the lowest priced technically acceptable item. Quotations must be signed, dated and received by 10:00 AM EST 23 April 2012 via fax at 410-306-2746 or email to Mrs. Bonita Zander, bonita.m.zander.civ@mail.mil. All quotations from responsible sources will be fully considered. For questions concerning this Request for Quotation contact Mrs. Bonita Zander, Contract Specialist, via email at bonita.m.zander.civ@mail.mil. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56582d049c775e608e6fe0016f52e6b3)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02724274-W 20120419/120417235625-56582d049c775e608e6fe0016f52e6b3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.