SOLICITATION NOTICE
36 -- The objective of this requirement is to solicit all permits, equipment and labor necessary to remove 2 600 KW generators and install 2 new generators able to sustain 1000 amps of 277/480 VAC continuous load.
- Notice Date
- 9/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- USAR Contracting Center - West (POM), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
- ZIP Code
- 93955
- Solicitation Number
- W9124N-10-R-0122
- Response Due
- 9/20/2010
- Archive Date
- 11/19/2010
- Point of Contact
- Larissa Brackett, 831-242-4849
- E-Mail Address
-
USAR Contracting Center - West (POM)
(larissa.k.brackett@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. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6. This announcement constitutes a follow up to a solicitation posted on GSA (RFQ502016) in which none of the responding contractor could complete the requirement under their current GSA contract, therefore this must be solicited as an open market requirement. This will be awarded as a Firm Fixed Price contract under Solicitation Number W9124N-10-R-0122. The Defense Manpower Data Center at 400 Gigling Road in Seaside California has the following requirement: Item 0001--The objective of this requirement is to solicit all permits, equipment and labor necessary to remove 2 600 KW generators and install 2 new generators able to sustain 1000 amps of 277/480 VAC continuous load generators to meet the current Monterey Bay Unified Air Pollution Control District standards. The Contractor will be responsible for attaining the Air pollution permits. Summary of items: Generator set, Removal of existing generators, enlarge concrete pads(ONLY IF NECESSARY), Install new generators, Re-route conduit and install new conductors, Remove radiator, Removal and installation of radiators, Warranty 1 yr standby, Bearing alignment and start-up, and Freight. Payment will be made by electronically by DFAS, Prompt Payment Terms, certification 7 days after invoice has been electronically submitted in WAWF.. Place of Performance will be, 400 Gigling Road, Seaside, CA 93955-6771. Offers are due no later than 10:00AM on Monday, 20 September 2010 and shall be submitted electronically to larissa.k.brackett@us.army.mil. The synopsis/solicitation document and its incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-43 August 2 2010. The SIC Code is 3621. The FSC Code is 6115. The North American Industrial Classification System (NAICS) Code is 335312. The following provisions and clauses apply to this acquisition: FAR 52.209-7 Information Regarding Responsibility Matters (APR 2010), FAR 52.212-1 Instructions to OfferorsCommercial Items (JUN 2008), FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technically Acceptable, Lowest Price, and Past Performance. Technical and past performances, when combined, are weighted at 66%. Offerors shall include a completed copy of FAR provision 52.212-3 Offerors Representations and CertificationsCommercial Items (AUG 2009) or note that the completed Reps and Certs can be found at http://orca.bpn.gov/. FAR 52.212-4 Contract Terms and ConditionsCommercial Items (JUN 2010). FAR 52.214-21 Descriptive Literature (Apr 2002), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive OrdersCommercial Items (JUL 2010). The clauses found within FAR 52.212-5 will be applicable: 52.302-6, 52.219-3, 52.219-8, 52.222-3, 52.222-1-, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13. DFAR 252.211-7003 Item Identification and Valuation (Aug 2008), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010). The clauses found within DFAR 252.212-7001 will be applicable: 252.225-7001, 252.226-7001, 252.232-7003, and 252.243-7002. DFAR 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007), DFAR 252.246-7000 Material Inspection and Receiving Report (Mar 2008), DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). Full text of both FAR and DFAR clauses can be accessed at: http://farsite.hill.af.mil/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/67cb5a76b0ff74db56a91677c3a6d99d)
- Place of Performance
- Address: USAR Contracting Center - West (POM) Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
- Zip Code: 93955
- Zip Code: 93955
- Record
- SN02282296-W 20100917/100915235501-67cb5a76b0ff74db56a91677c3a6d99d (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 |