Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
SOLICITATION NOTICE

99 -- Diesel Generator

Notice Date
9/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZ-06-T-0061
 
Response Due
9/20/2006
 
Archive Date
11/19/2006
 
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. Solicitation No. W911RZ-06-T 0061. This solicitation is being issued as a Request for Quotation (RFQ). The solicitation documents incorporate provisions, and clauses that are those in effe ct through Federal Acquisition Circular FAC 2005-12, and DFARS Change Notice 20060908. This procurement is a 100% small business set aside. The Small Business Size Standard is 1,000 employees, and the North American Industrial Classification Code (NAICS) i s 335312. List of contract line item number and item, quantities and units of measure. ALL ITEMS SHALL BE QUOTED FOB DESTINATION. CLIN 0001- QTY 1 Generator  Generator Specifications must include, at a minimum: Standby power rating 500KW 60Hz, Voltage 120 /208 Volt 3 Phase, Rotor insulation: Class H, Stator insulation-Class H, Bearings (Pre-Lubed & Sealed), Coupling-Direct, Flexible Disc, Loading capacity (Standby) 100%, Loading capacity (Prime) 110%. Engine Specifications: Fuel-No.2 Diesel Fuel, Engine Gov ernor-Electronic / Isochronous, Steady State Frequency Regulation +- 0.25%, Cooling system-Pres. Closed Recovery Coolant heater. Electrical System: Battery Charge Alternator, Starter motor, Batteries, Ground polarity-negative. Controls: Programmable Mic roprocessor Digital Controls, .25% digital voltage regulator with: 3 phase RMS sensing, Soft start voltage ramping  adjustable, loss of sensing protection  Soft start voltage ramping  adjustable, negative power limit - adjustable, Hi/Lo voltage limit  adjustable, negative power limit  adjustable fault protection, encapsulated and sealed, .25% digital frequency regulation with; soft start ramping - adjustable, Gain  adjustable. Overshoot limit adjustable. On board PLC for customer configuration. Featu res: High coolant temperature, low coolant level, low oil pressure, over speed, crank limiter, automatic shutdown, oil, radiator drains, stainless steel exhausts connections, vibration isolators base tank, fuel gage, low fuel alarm, UL listed double wall, 30 hrs full load run time, mainline 1200 amp circuit breaker, oil heater, battery 24 volt, 10 amp dual rate battery charger, weather protective enclosure painted to match building brick fa?ade, exhaust sound level rating critical exhaust silencer. Testing, Training and Manuals: Onsite manufacture load/functional acceptance test, at least 5 sets of owner manuals, at least 6 hours of onsite factory training for operations and maintenance, programming software for Microprocessor Digital Control. Generator must start and be online within 10 seconds or less to meet requirements of NFPA 101 for emergency lighting. The item is to be delivered to Fort Carson, Colorado 80913. All offerors must have completed their online representations and certificatio ns to be considered for award of this project. Instructions on how this can be done may be found at www.orca.bpn.gov. Prospective contractors must also be registered in the Central Contractor registration at www.ccr.gov. The following provisions in the Fe deral Acquisition Regulation (FAR)/ Defense FAR Supplement (DFARS) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were in full te xt. Full text of a clauses may be accessed electronically at: http://farsite.hill.af.mil, FAR 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation Commercial Items; 52.212-3 Offeror Representatio ns and Certifications--Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Ex ecutive Orders-Commercial Items, also applies to this acquisition to include the following additional applicable clauses: 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 Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of Vietnam Era.; 52.232-33 Payment by Electronic Funds Transfer-Central Co ntractor Registration; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-36 Payment by Third Party; 52.252-2 Clauses Incorporated by Reference: http://farsite.hill.af.mil, DFARS clauses included: DFARS: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, -to include the following: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests. Q uotations shall be submitted to LaTischa Castro, Contract Specialist at latischa.castro@us.army.mil or fax: (719) 526-6622. Quotations must be received by this office NLT 1600hrs MST on 20 September 2006. Please include the following in addition to the ab ove. CAGE Code, DUNS Code, and Payment Preference (DFAS or Credit Card), and estimated delivery time upon receipt of order. Reference FAR clause 52.212-2-Evaluation Commercial Items-Award will be made to the lowest priced responsive and responsible offeror . For additional information regarding this Request for Quotation, please contact LaTischa Castro, Contract Specialist via e-mail at latischa.castro@us.army.mil. All questions must be submitted in writing.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01143846-W 20060916/060914221434 (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.