SOLICITATION NOTICE
61 -- Generator/ECU and Trailer - Combined synopsis/solicitation
- Notice Date
- 12/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, AC Headquarters Support (ACH), Attn: ACH Mail Stop D-88, 4600 Sangamore Road, Bethesda, Maryland, 20816-5003, United States
- ZIP Code
- 20816-5003
- Solicitation Number
- HM0177-11-R-0008
- Archive Date
- 1/25/2011
- Point of Contact
- Marissa Petrusek, Phone: 703-453-3707, Ericka L Franklin, Phone: 301-227-5989
- E-Mail Address
-
marissa.L.petrusek.ctr@nga.mil, Ericka.L.Franklin@nga.mil
(marissa.L.petrusek.ctr@nga.mil, Ericka.L.Franklin@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract Clauses Combined synopsis/solicitation This is a combined synopsis/solicitation for the procurement of commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6 - Streamlined Procedures for Evaluations and Solicitation for Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. National Geospatial-Intelligence Agency (NGA) intends to solicit and award a Firm Fixed Price contract in accordance with 16.202 - Fixed Priced Contracts for two Generators, Environmental Control Units (ECU) and trailers for towing. Multiple awards will not be made. This solicitation is issued as a 100% small business set-aside. The North American Industry Classification system (NAICS) code for this acquisition is as follows with a small business size standard of 100 employees: NAICS NAICS Description 423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers I. GOODS OR SERVICES Requirement: The generator/ECU units and trailer shall meet the following specifications: - Generators o One (1) Generator/ECU trailer mounted unit shall be configured for single phase 240 Volts.  The single phase generator shall be of sufficient size (kW and Amps) to power the ECU, and provide a minimum of 200 amps to external equipment. o One (1) Generator/ECU trailer mounted unit shall be configured for three phase 208 Volts.  The three phase generator shall be of sufficient size (kW and Amps) to power the ECU, and provide a minimum of 100 amps per phase to external equipment. o Generators shall be diesel powered. o Generators' housing shall be noise dampening. o Generators shall be weather proof. o Generators shall be able to operate in ambient temperatures of 0-120 degrees Fahrenheit. o Generators shall run for 24 hours at 80% load without refueling. - Environmental Control Unit (ECU) o ECU housing shall be weather proof. o ECU shall be able to operate in ambient temperatures of 0-120 degrees Fahrenheit. o ECU shall be equipped with 12-18in flex tube ducting such as ducting found on militarized solution. o ECU shall be capable to produce 96,000 BTU's (8 ton) of cooling. o ECU shall be powered by Generator. o ECU shall be thermostat controlled. - Trailer o Gross Trailer Weight shall not exceed 12,000 pounds and have a 2 5/16 ball hitch. o Trailers shall conform to Department of Transportation standards and regulations. o Trailers shall have electric brakes. o Overall exterior color shall be grey, fade, scratch and corrosion resistant. Other colors may be considered in proposals. - Filters and hoses shall be able to be purchased at local auto parts retailer. (No proprietary or unique parts needed for standard maintenance) Period of Performance: One year from the date of contract award. Contract Line Item Number (CLIN): CLIN CLIN Description 0001 One (1) single phase 240 volt generator and ECU with trailer for towing. 0002 One (1) three phase 208 volt generator and ECU with trailer for towing 1001 Option - One (1) single phase 240 volt generator and ECU with trailer for towing. 1002 Option - One (1) three phase 208 volt generator and ECU with trailer for towing Delivery Schedule and Instructions areas follows: - All items must be delivered within 75 days from the date of contract award or less. - The vendor must contact the point of contacts identified below to schedule delivery. Ship To: Scott Schafer Maintenance Facility 9520 Contractor Court Manassas, VA 20109 Phone: 703-530-4028 II. CONTRACT TERMS AND CONDITIONS This solicitation incorporates one or more clauses by reference. The full text of a clause may be accessed electronically at http://acquisition.gov/far/. The following National Geospatial-Intelligence Agency, Federal Acquisition Regulations (FAR) and Defense Acquisition Regulations (DFAR) clauses apply to this acquisition: See Attached III. VENDOR INSTRUCTIONS All items must meet the listed specifications: 1. PRICING: Please include a breakout of unit price, delivery cost, delivery schedule, and total price for each item per Contract Line Item Number (CLIN). 2. OPEN MARKET: All items shall be priced using open market pricing. 3. SHIPPING AND HANDLING: Total proposed price shall include all shipping and handling. 4. WARRANTY: The vendor's commercial warranty shall apply and should be stated in the proposal. The information should be a brief statement that a warranty exists, the substance of the warranty, the duration, and claim procedures. 5. CANCELLATION: The Government reserves the right to cancel this solicitation, with no obligation to the vendors by the Government. 6. All quotes must remain valid for 90 days after submission. 7. QUESTIONS: All solicitation questions must be received no later than 7 January 2011, 5:00 p.m. Eastern Standard Time (EST) to the email identified below. 8. CLOSING DATE AND TIME: In accordance with FAR 12.603(a)(3)(ii), Offers are due no later than 10 January 2011, 5:00 p.m. Eastern Standard Time (EST) to the email identified below. 9. CENTRAL CONTRACTOR REGISTRATION: Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. 10. SOLICITATION AMENDMENTS: Potential vendors must monitor this website for changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this website. 11. SUBMISSION INFORMATION: All responsible sources may submit a response to Ericka L. Franklin, via email Ericka.L.Franklin@nga.mil. No telephone responses will be accepted. IV. EVALUATION FACTORS AND CONTRACT AWARD The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose quote conforms to this Request for Quote. Award will be made to the lowest priced offeror(s) who meets the requirement for all line items and required delivery date. V. OFFEROR REPRESENTATIONS AND CERTIFICATIONS Offerors are required to submit a complete copy of FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, with their offer, or indicate an electronic copy is available on the Online Representations and Certifications Application (ORCA) website.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/824c26b1f97097904129b69005ee56c7)
- Record
- SN02346372-W 20101219/101217233933-824c26b1f97097904129b69005ee56c7 (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 |