Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2010 FBO #3207
MODIFICATION

61 -- Ground Power Unit Mobile Electric Power Plant (MEPP) - Salient Characteristics

Notice Date
9/3/2010
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-10-T-0264
 
Archive Date
9/25/2010
 
Point of Contact
Michelle Prinston, Phone: 732-323-1192, Elaine Lovering, Phone: 732-323-5221
 
E-Mail Address
michelle.prinston@navy.mil, elaine.lovering@navy.mil
(michelle.prinston@navy.mil, elaine.lovering@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Salient Characteristics Revised 03 September 2010 (i) This is a combined synopsis/solicitation for a commercial item authorized under Subpart 13.5 and 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) This solicitation number, N68335-10-T-0172, is issued as a 100% small business set-aside Request for Quotations (RFQ). (iii) The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-29, Amendment 01. (iv) The NAICS code associated with this requirement is 335312, with a small business size standard of 1,000 employees. (v) This is an acquisition for one (1) Mobile Electric Power Plant (MEPP), with the following characteristics: 120KVA MEPP, Dual Output (with trailer for mobility), CUMMINS TIER3, Horsepower rating 155HP, 2000 RPM, 72KW, 400 Hertz continuous load at 0.8 power factor at rated voltage. Engine: Diesel Powered (heavy duty diesel engine, equipped with an oil cooler, full flow oil filter, fuel oil filter, an air cleaner, a fan, radiator and a starting motor), which will supply 400 cycle power. It shall have two external plugs: a. External Plug #1 - 400 HZ, 3 phase, 4 wire, 115/200VAC, 63 KVA @ 0.8 power factor, steady state; 100 KVA transient overload for 5 seconds. b. External plug #2- 400 Hz, 3 phase, 4 wire, 115/200VAC, 67 KVA @ 0.8 power factor, steady state; no transient requirement. 28 VDC Output: Output Transformer Rectifier Control Power shall have a nominal voltage of 28.5 volts DC; steady state voltage of 26 to 29 Volts DC; ripple amplitude of 1.5 volts maximum and amperage of 20 amperes. 270 Volts DC output Rectifier: with nominal voltage of 270 Volts DC; steady state voltage 270 plus or minus 1%; ripple amplitude of 3 volts maximum; distortion factor of 0.015 maximum; amperage of 259 amperes (continuous), and a response time of 10ms. Output protection limits in accordance with MIL-STD-704E, figure 8. This acquisition is also for two (2) Output Cables: 50 ft, 2/0 AC (alternating current), male to female, to mate with output receptacles. Fuel: The engine shall be capable of ground transport by a tow bar (steerable). (vi) Refer to attachment for requirement specifications. (vii) Delivery shall be sixty (60) days after contract award. Inspection will be DD250. Acceptance will be by Government at destination. FOB is Destination. All items will be shipped to St. Augustine, FL 32095. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. Addendum 52.212-1: All offerors competing for award are required to provide a proposal electronically to Michelle.Prinston@navy.mil. All proposals must include information regarding the make/model and technical specifications of the item being proposed. (vix) FAR 52.212-2, Evaluation - Commercial Items, is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest price, technically acceptable offeror. Offerors will be evaluated on a pass/fail basis. The price proposal will be evaluated to determine the offerors prices are realistic, accurate and reasonable. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARs 252.212-7000, Offeror Representations and Certifications - Commercial Items with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is incorporated by reference. The following provisions incorporated into FAR 52.212-5 apply: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.219-9, Small Business Subcontracting Plan, ALT II; 52.219-16, Liquidated Damages-Subcontracting Plan; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39 - Notification of Employee Rights Concerning Union Dues or Fees; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (xiii) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, is incorporated by reference. The following provisions incorporated into DFAR 252.212-7001 apply: 52.203-3, Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.219-7003, Small Business Subcontracting Plan; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7014, Preference for Domestic Specialty Metals; 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. (xiv) The following provisions/clauses also apply to this procurement: 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; 52.203-12, Limitations on Payments to Influence Certain Federal Transactions; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration; 52.209-5, Certification Regarding Responsibility Matters; 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed Debarment; 52.222-25, Affirmative Action Compliance; 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement; 52.242-13, Bankruptcy; 52.246-2, Inspection of Supplies - Fixed Price; 52.247-29, F.O.B. Destination; 52.247-34, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.209-7002, Disclosure of Ownership of Control by a Foreign Government; 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country; 252.212-7000, Offeror Representations and Certifications - Commercial Items; 252.225-7013, Duty Free Entry; 252.224-7031, Secondary Arab Boycott of Israel; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material Inspection and Receiving Report; 252.247-7022, Representation of Extent of Transportation by Sea; Item Identification and Valuation, 252.211-7003. Full text of each provision and clause provided above can be located at either https://www.arnet.gov/far or https://www.farsite.hill.af.mil/. (xv) Offers are due by 4:00 p.m. EST, 10 September 2010 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25223 Ms Michelle Prinston, Hwy 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained in FAR part 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF); information will be available in the subsequent order. (xvi) The Government Point of Contract for this synopsis/solicitation is Ms Michelle Prinston, (732) 323-1192, email: michelle.prinston@navy.mil. This combined synopsis/solicitation will be posted on the Federal Business Opportunities website located at www.fbo.gov. Hard copies of this combined synopsis/solicitation and amendments will NOT be mailed to contractors. Please look for amendments on the webpage.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-10-T-0264/listing.html)
 
Record
SN02268067-W 20100905/100903235510-41b066170de341f360c80aaa56214a15 (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.