Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2010 FBO #2990
SOLICITATION NOTICE

61 -- GENERAC 300kW MG NATURAL GAS GENERATOR SYSTEM

Notice Date
1/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory/STENNIS, John C. Stennis Space Center, Building 1008, RM 217, Stennis Space Center, Mississippi, 39529-5004, United States
 
ZIP Code
39529-5004
 
Solicitation Number
N00173-10-R-RS01
 
Archive Date
1/28/2011
 
Point of Contact
Richard D Sewell, Phone: 228-688-4571, Patricia A Lewis, Phone: 228-688-5593
 
E-Mail Address
rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil
(rsewell@nrlssc.navy.mil, plewis@nrlssc.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items on a BRAND NAME ONLY basis prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested but a written solicitation will not be issued. This solicitation, N00173-10-R-RS01, is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-37 and DFARS Change Notice 20100120. The associated NAICS code is 335312 and the small business size standard is 1000 employees. The Naval Research Laboratory (NRL) intends to award a contract on a Brand Name Only basis for a Generac 300 kW MG Natural Gas Generator System. The required system shall be functionally and operationally compatible with previously acquired and installed Generac emergency generator systems, which are configured into a Modular Power System, to which the system required under this advertisement will be integrated. In accordance with FAR 6.302-1(c) and FAR 11.105(1), no equals or alternates will be accepted. The complete specification and other information required for this combined synopsis/solicitation is available at http://heron.nrl.navy.mil/contracts/.htm. Delivery and acceptance is at NRL, Stennis Space Center, MS 39529-5004, FOB Destination. Delivery shall be no later than 75 days from date of award. Offeror's shall submit written proposals addressing, as a minimum, the Offeror's (a) ability to provide the required system components; (b) ability to meet the requirement for a 2-hour response to on-site service calls; (c) ability to comply with the stated functional and operational requirements; and (d) priced proposal based on the information provided in the specifications. The proposal must demonstrate an understanding of the requirements and the ability to meet the specifications. The Offeror's proposal shall also include the following administrative information: DUNS Number or CAGE Code, and Tax Identification Number (TIN). The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer, conforming to the solicitation, will be the most advantageous BEST VALUE to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation--Commercial Items is incorporated. The following factors shall be used to evaluate the offers: (a) technical capability of the items and services offered to meet the minimum needs of the Government based on examination of either product literature or technical approach narrative, or both; (b) Past Performance (see FAR 52.212-1(b)(10)); and (c) Price. Technical Capability and Past Performance, when combined, are of greater importance than Price. The Government will evaluate offers for award purposes by adding the total price for all proposed options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFP's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal. OFFEROR SHALL COMPLETE THE FOLLOWING ELECTRONIC ANNUAL REPRESENTATIONS AND CERTIFICATIONS VIA THE ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) AT HTTP://ORCA.BPN.GOV IN CONJUNCTION WITH REQUIRED REGISTRATION IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE.: FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS. IN ACCORDANCE WITH PARAGRAPH (J) OF FAR 52.212-3 IF CHANGES TO THE ORCA ANNUAL REPRESENTATIONS AND CERTIFICATIONS APPLY TO THIS ACQUISITION, THE OFFEROR MUST CLEARLY IDENTIFY THE APPLICABLE PARAGRAPHS AT (B) THROUGH (I) WHICH THE OFFEROR HAS COMPLETED FOR THE PURPOSE OF THIS SOLICITATION ONLY. ANY CHANGES PROVIDED BY THE OFFEROR ARE APPLICABLE TO THIS SOLICITATION ONLY, AND DO NOT RESULT IN AN UPDATE TO THE REPRESENTATIONS AND CERTIFICATIONS POSTED ON ORCA. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The additional clauses cited within this clause are applicable:. The DFARS clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The additional clauses cited within this clause are applicable: 52.203-3,.The following additional FAR and DFARS clauses apply: 52.204-7 Central Contractor Registration; DFARS 252.204-7004 Alternate A.; DFARS 252.211-7003 fill in none in (c)(1)(ii) and (c)(1)(iii). and DFARS 252.211-7007 fill in none. Facsimile proposals are authorized, and contracting officers may request offeror(s) to provide the complete, original signed proposal at a later date. Proposals may be transmitted by e-mail either to rsewell@nrlssc.navy.mil (primary) or plewis@nrl.navy.mil (alternate) in either Microsoft Word or PDF format. All EIT supplies and services provided under any resultant contract must comply with the applicable accessibility standards issued by the Architectural and Transportation Barriers Compliance Board at 36 CFR part 1194 (see FAR Subpart 39.2). Electronic and information technology (EIT) is defined at FAR 2.101.For those portions of the work under this contract performed at any NRL site, the contractor shall comply with the Requirements for On-Site Contractors dated 08 December 2008 which are hereby incorporated by reference. The full text is available at http://heron.nrl.navy.mil/contracts/10RS01.htm. Any resultant contract will be DO Rated under the Defense Priorities and Allocations System (DPAS). The Contract Specialist must receive any questions concerning the RFP no later than 10 business days before the response date of this solicitation. An original and (3) copies of the offeror proposal shall be received on or before the response date noted above, 3:30 p.m. local time, at the NRL address above, Attn: Contracting Officer. The package should be marked with the solicitation number, due date and time. Other business opportunities for NRL are available at our website http://heron.nrl.navy.mil/contracts/rfplist.htm
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/Code3235/N00173-10-R-RS01/listing.html)
 
Record
SN02053664-W 20100131/100130000103-e49b312c480e1588833833d14f7f81a5 (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.