Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2009 FBO #2945
SOLICITATION NOTICE

61 -- Inverter Systems and Installation

Notice Date
12/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Yuma Proving Ground DOC, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-10-T-1007
 
Response Due
12/21/2009
 
Archive Date
2/19/2010
 
Point of Contact
MARGARET CURRY, 928-328-6656
 
E-Mail Address
Yuma Proving Ground DOC
(margaret.curry@us.army.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. Sole Source Intent. The Mission and Installation Contracting Command Center Yuma at Yuma Proving Grounds, Arizona, intends to negotiate a firm-fixed price contract on a sole source basis with Power Product Services, 7003 E 47th Avenue Dr Unit A600, Denver, CO 80216-3458 and EXELTECH I Limited, 7317 Jack Newell Blvd N, Fort Worth, TX 76118-7100. Pursuant to FAR 6.302-1, Only One Responsible Source for this requirement and installation and No Other Supplies or Services Will Satisfy Agency Requirements, under the authority of 10 U.S.C. 2304(c)(1). Power Product Services has intimate knowledge of the systems. EXELTECH I Limited invertors must be used as they are the manufacturer of the chassis which the invertors will be installed. No other brand will fit the chassis. This will be a commercial acquisition using simplified acquisition procedures for commercial items per Federal Acquisition Regulation (FAR) 12 and FAR 13. The North American Industry Classification System (NAICS) code is 335311 with a standard size of 750 employees. This contract will consist of 9 Contract Line Item Numbers (CLINs). CLIN 0001, Quantity: 1, Unit of Issue: each, Description: EXELTECH 10kw Inverter System, 48 VDC, 240 VAC, 60hz; CLIN 0002, Quantity: 1, Unit of Issue: each, Description: EXELTECH 400 AMP DC; CLIN 0003, Quantity: 1, Unit of Issue: each, Description: EXEL 23 Relay Rack; CLIN 0004, Quantity: 1, Unit of Issue: each, Description: EXEL 4/0 PDB to Inverter Cable and Lugs; CLIN 0005, Quantity: 5, Unit of Issue: each, Description: TELECT Load Center, 2 BUS, 8 CB, 40 AMP Breakers, 4-20 AMP Breakers; CLIN 0006, Quantity: 10, Unit of Issue: each, Description: 200 AMP DC Breaker for 23 Rack; CLIN 0007, Quantity: 1, Unit of Issue: each, Description: Installation of DC Connections to Inverter; CLIN 0008, Quantity: 5, Unit of Issue: each, Description: Installation of 4/0 PDB to TELECT Panel Cable in Relay Rack; CLIN 0009, Quantity: 1, Unit of Issue: each, Description: Installation of TELECT Panel and 2-200 AMP DC Breakers. CLIN 0010, Quantity: 1, Unit of Issue: each, Description: Travel and per diem. Award for this requirement will be in accordance with FAR part 12, Acquisition of Commercial Items. Interested parties may identify their interest and capability to respond to the requirements or submit proposals. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination by the Government not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. If you feel that your firm possesses the ability to provide these requirements, then you must respond by demonstrating your firms technical capability to meet these requirements by 21 December 2009 3:00 PM MST. All inquiries shall be clearly marked with solicitation W9124R-10-T-1007 and sent to the contact information below or by facsimile to 928-328-6849. In order to protect propriety information and prevent the unintentional releasing of guarded information, all interested firms must conduct their own research regarding the specifications of the above listed items. See Note 22, with exception that the time period of the receipt of the proposals for consideration is 12 days instead of 45 days. Margaret A. Curry Contracting Specialist - Intern Mission and Installation Contracting Command (MICC) Center - Yuma 301 C Street, Bldg 2364 USAYPG, Yuma AZ 85365-9498 Commercial: (928) 328-6656 DSN: 899-6656 e-mail: margaret.curry@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7021eaa4f138b987ccec6670a62eab6d)
 
Place of Performance
Address: Yuma Proving Ground DOC ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
 
Record
SN02024615-W 20091217/091215235341-7021eaa4f138b987ccec6670a62eab6d (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.