Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2007 FBO #1998
SOLICITATION NOTICE

99 -- Bio-Gas Fueled Electrical Power System

Notice Date
5/15/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Beltsville Area, ANRI, ASU, 10300 Baltimore Blvd., Bldg. 209 BARC EAST, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
7011265150-00008
 
Response Due
5/31/2007
 
Archive Date
6/15/2007
 
Description
This is a combined synopsis/solicitation for the commercial item identified below, 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; offers are being requested and a written solicitation shall not be issued. This solicitation number is: 7011265150-00008, is issued as a Request for Quotation (RFQ), and incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-16. This solicitation shall be solicited on a unrestricted basis. The North American Industry Classification Code (NAICS) code is 335312. The U.S. Dept. of Agriculture intends to procure the following item (or equivalent) MODEL MMG-50 - BIO GAS FUELED ELECTRICAL POWER SYSTEM - manufactured by "Martin Machinery" - located in Latham, Missouri - at phone number: 660-458-7000 based on the following minimum requirements: Shall be a skid mounted internal combustion bio-gas configured genset with heat recovered capacity for continuous duty power generation using bio-gas from U.S. Dept. . of Agriculture - dairy digestor - located in Beltsville, Maryland. The above item shall include: basic start up service, control wiring harness, grid parelleling gear, remote monitoring, and operation and maintenance manual. The above generator shall be a 50 kW, 120/240 volt single phase unit with grid paralleling capacity with circuit breaker, electrically controlled contacts, engine interface and digital controller. The power plant for this item shall consist on an internal combustion type bio-gas configured reciprocating design engine with block heater and RPM governor speed control. The engine shall use carburetion with air/fuel ratio control and be configured for dual operation with a natural gas regulator and bio-gas fueled configuration to include: digestor pressure feedback control, final stage fuel pressure regulation and bio-gas shut off valve. The above unit shall be configured for continuous duty operation with a battery charger (10 amp or greater line charger), oil level regulation with float and site guage and auxiliary oil tank with transfer pump. The hot water heat recovery system shall include both engine (water jacket) heat recovery and exhaust (gas) heat recovery for maximum efficiency. Remote communications capability shall be compatible with windows 2000 and or XP using a dial out modem for monitoring of genset operation and shall include: water temperature, oil pressure, exhaust temp/pressure, hour meter, RPM and DC volts with shutdown notification/alarms on: water temperature, oil pressure, exhaust temp/pressure, governor failure and water level. Power generation monitoring shall include over and under voltage, and minimum basic generator parameters of KWH, KVAR, KW, PF, THD and Volts: L-L and L-N with shutdown notification alarms of over/undervoltage, and over/under frequency. Minimum safety equipment shall include: emergency stop switch control panel and local mount with audible alarm. This solicitation incorporates the following FAR clauses, provisions, and addendums: 52.202-1 Definations; 52-203-5 Convenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback procedures; 52.204-3 Taxpayer Identification; 52-204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.211-5 Material Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations 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 Executive Orders-Commercial Items, 52.216-24 Limitation of Government Liability; In Paragraph (B) of 52.212-5, the following apply: 52.203-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13, 52.232-34, and 52.222-70. All offerors must include copies of 52.212-3 (Representations and Certifications) and 52.222-70 (Compliance with Veterans Employment Reporting Requirements). Faxed Quotations are acceptable and shall be faxed to John Wilkinson to fax number (301) 504-8696 on or before May 31, 2007. All responses shall be evaluated in order to determine the ability to meet the above stated capabilities. Offerors shall identify where the requested item meets or does not meets each of the Government?s functional and performance minimum specifications listed herein. The Government will award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The anticipated award date is June 1, 2007. All responsible sources may submit a quotation, which shall be considered by the Agency.
 
Place of Performance
Address: USDA,ARS,BA,ANRI,EMBUL;, 10300 BALTIMORE AVE.;, BUILDING 178-2, DAIRY BARN, BARC-EAST, BELTSVILLE, MARYLAND
Zip Code: 20705-2350
Country: UNITED STATES
 
Record
SN01294642-W 20070517/070515220206 (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.