Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2004 FBO #0972
SOLICITATION NOTICE

61 -- Caterpillar Diesel Fueled Generators

Notice Date
7/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-04-T-0021
 
Response Due
8/6/2004
 
Point of Contact
Patricia Ward, Contract Specialist, Phone 757-764-7485, Fax 757-764-7447, - Charles Wingate, Contract Specialist, Phone 757-225-1669, Fax 757-764-4965,
 
E-Mail Address
patricia.ward@langley.af.mil, charles.wingate@langley.af.mil
 
Description
This is a combined synopsis/solicitation for brand name commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation FQ1CES41190300 is issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures found in FAR Part 13 and FAR 6.302-1(c) Brand Name. Written documentation will not be issued for this quote. (iii) This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2001-24. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. (iv) It is anticipated that this acquisition will be full and open competition. The NAICS code is 333611. (v) The contractor shall provide 2 each Caterpillar UL 2200 listed Diesel Fueled packaged generator set, Model 3412DTTA with brushless generator 600kw standby, at 0.8 PF, 277/480 VAC, 3 phase, 60 Hertz at 1800 RPM. Includes the following attachments and accessories to ACOE: PMG excited generator with digital voltage regulator and sinding heater, formed steel base, vibration isolators, electronic governor, 1% speed regulation, Engine mounted radiator with blower fan, 110 degree F rated, Critical exhaust silencer, shipped loose for contractor installation 10?, stainless steel flexible exhaust fitting, electric starting sytem ? 24 volt DC, Battery ? 190 amp-hour, lead acid, Battery rack, cables, battery charger, 10 apere output, 120vac input, Jacket water heater, 6000 watt, 240/480 vac, 1ph input, Flexible fuel lines, Lube oil and antifreeze installed, Generator control panel, Cat EMCP11, DIGITAL, Nema 1, generator mounted, with the following: Panel illumination light group; Engine oil pressure & water temperature gauges, digital; Battery system voltmeter, digital; AC Ammeter, voltmeter, frequency meter, digital; Kw, Kwh and power factor meters; Phase selector switch; Voltage adjust rehostat; Engine automatic cranking system with control selector switch & cycle crank; Engine fault indicating system with failure lights for low oil pressure, high water temperature, overspeed and overcrank; Pre-alarm lights per NFPA-110; Emergency stop push button; Alarm Horn; Remote annunicator per NFPA-110; Molded case circuit breakder, 1200A with Ground fault alarm; Tests: Factory ? Standard plus 1.0pf certified test; On-site: Section 3.5.8. Loadbanktest to be reactive at 0.8 pf; Owner training; Operation and Maintenance Manuals ? 3 copies; Warranty ? 2 years on generator set. (vi) N/A. (vii) The estimated date of delivery will be10 weeks from date of award; FOB Destination. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control. (viii) The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Brand Name, applies to this acquisition. (ix) The Government will award a firm fixed price 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: a.) brand name, price, technical capability of the item offered to meet the Government requirement. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items and contractors quoted price list with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions ? Commercial Items, is hereby incorporated by reference. (xii) Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders ? Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer ? Central Contractor Registration, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program -?Suppies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference, 252-232-7003 Electronic Submission of Payment Requests, 252-246-7000 Material Inspection and Receiving Report. (xiii) N/A (xiv) N/A (xv) N/A (xvi) This office encourages electronic submittal via e-mail or fax. Offers may be faxed to 1 CONS/LGCS at (757) 764-7447, or e-mailed to patricia.ward@langley.af.mil. All offers are due by 4:00 PM EST, 6 Aug 2004. (xvii) For further information regarding this solicitation, contact Patricia Ward, Contract Administrator @ phone (757) 764-6887 or mailing address 1 CONS/LGCS, 74 Nealy Ave., Langley AFB, VA 23665, Contracting Officer can also be contacted for further information Mr.Charles Wingate @ (757) 764-2930. Collect calls will not be accepted.
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665
 
Record
SN00629447-W 20040725/040723212104 (fbodaily.com)
 
Source
FedBizOpps.gov 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.