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
- 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 |