MODIFICATION
61 -- Provide 45KW natural gas driven 277/480 V 3 Phase 4 Wire 60Hz Generator
- Notice Date
- 2/11/2010
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- 121 ARW (AMC), Rickenbacker IAP, 7370 Minuteman Way, Columbus, OH 43217-5875
- ZIP Code
- 43217-5875
- Solicitation Number
- F8V3CE0006A001
- Response Due
- 2/17/2010
- Archive Date
- 4/18/2010
- Point of Contact
- Bill Hurley, Phone: 614-492-4233
- E-Mail Address
-
william.hurley@ang.af.mil
(william.hurley@ang.af.mil)
- 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. (II) Solicitation F8V3CE0006A001 is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-38. (IV) This acquisition is reserved for small business concerns. The associated NAICS code is 335312, small business size 1,000 employees. COMMERCIAL ITEM DESCRIPTION: The 121 Air Refueling Wing Ohio Air National Guard has requirement for the following: PROVIDE GENERATOR, (Installation has been deleted) 45 KW 277/480 V, 3 Phase, Four Wire Natural Gas Driven; Include Block Heater, Batery Charger, Remote indicator for the generator operation- (A simple red light to indicate commercial power and a simple green light to indicate generator power).; Complete annuciator panel is NOT required. Government will provide forklift and personnel to assist with unloading to existing concrete pad. Government personnel will install generator and remote panel. After Government has installed and hooked up the generator, the Contractor shall provide a complete pre-operation (start-up) service for the generator to include providing antifreeze and lube oil. Start up and test generator In Accordance with Manufacture's recommendations. Provide instruction to Government Employees on operation and maintenance; Maintenance and repair procedures; Programming procedures and review of documents in Record and Information Manuals. Five year extended warranty. All questions should be sent in writing via email to 121ARW.contracting@ang.af.mil; subject line should reference F8V3CE0006A001-Generator. All questions should be submitted no later than 19 February 2010 at 03:00 pm. FOB Destination for delivery to: 121 ARW/CE, 7381 Zistel St, Bldg 872 RIAP, Columbus, OH 43217-1161. Note: Alternate models: If vendor is proposing an alternate or equal model manufactured by another supplier, vendor shall provide exact details for each line of this specification (including warranty information) for proposal evaluation purposes. The following clauses apply to this provision, FAR 52.211-6 Brand Name or Equal, is hereby included: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation of Commercial item. FAR 52.212-3 (Alt 1), Offerers Representations and Certifications, Commercial Items (offerors shall include a completed copy as part of their quote). FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Full text available at (http://farsite.hill.af.mil); 52.219-28 Post-Award Small Business Program Representation; 52.222-26 -- Equal Opportunity; 52.222-41 -- Service Contract Act of 1965; 52.222-42 -- Statement of Equivalent Rates for Federal Hires. (Full text available at (http://farsite.hill.af.mil). 52.222-50 -- Combating Trafficking in Persons; Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.233-3 Protest After Award; 52.222-3, Convict Labor; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332); 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.252-2, Clauses Incorporated by Reference, This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: (http://farsite.hill.af.mil); 52.222-36 -- Affirmative Action for Workers With Disabilities; 52.223-5 -- Pollution Prevention and Right-to-Know Information; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.237-1 -- Site Visit; 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; 52.250-5 -- SAFETY Act--Equitable Adjustment; 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Valuation; 252.225-7035 Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate; 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.225-7001, Buy American Act Balance of Payment; 252.225-7000, Buy American Act Balance of Payment; 252.232-7003, Electronic Submission of Payment Requests; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) (full text available at http://farsite.hill.af.mil); 252.232-7010 Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due to the 121ARW/MSC, 7370 Minuteman Way, Rickenbacker IAP, Columbus, Ohio 43217, 17 February 2010 NLT 2:00 PM EST. Email quotes will be accepted at 121arw.contracting@ang.af.mil, reference RFQ# F8V3CE0006A001 in the subject line. NO FAXED QUOTES WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA33-1/F8V3CE0006A001/listing.html)
- Place of Performance
- Address: Rickenbacker Air National Guard Base (Rickenbacker International Airport), Columbus, Ohio, 43217, United States
- Zip Code: 43217
- Zip Code: 43217
- Record
- SN02064104-W 20100213/100211235631-8186ee92d8bf33015259a3b3a24e36d0 (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 |