SOLICITATION NOTICE
61 -- Supply and Install LP Gas Generator
- Notice Date
- 8/31/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of Agriculture, Forest Service, R-5 Pacific Southwest Region, North Zone, Lease Contracting, 3644 Avtech Parkway, Redding, California, 96002
- ZIP Code
- 96002
- Solicitation Number
- AG-9A73-S-11-0006
- Archive Date
- 10/1/2011
- Point of Contact
- JEANNIE E VAUGHN, Phone: 530-226-2702, Rebecca Bowles, Phone: 530-226-2703
- E-Mail Address
-
jvaughn@fs.fed.us, rbowles@fs.fed.us
(jvaughn@fs.fed.us, rbowles@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is AG-9A73-S-11-0006 and is issued as a Request for Quotations (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 July 2011. The North American Industry Classification System (NAICS) code is 335312 The business size standard is 1,000 employees. The Federal Supply Class is 61. Only one contract will be awarded. A firm-fixed price purchase order will be issued. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) to be considered for award. Information concerning CCR registration requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1888-227-2423. DESCRIPTION: The intent of this contract is to supply and install an LPG Generator for the Northern California Communication Center - Emergency Dispatch Center. The requirements are as follows: Rated Watts: 70 kW - 80 kW Rated Amps: 240 - 280 Amps Voltage: 120/280V, 3 ph. Full Load Propane Consumption: 11.2 - 12.6 gal/hr. Noise level: 65db - 74 db Engine Parameters: V-8, 8.1 L 1800 RPM, V-8, 4.6 L 3600 RPM, V-10, 6.8 L, 1800 RPM. Cooling System: Liquid or Cooled Air Transfer Switch Capability: Specify for Generator Set you are proposing. Specify Size: Dimensions - L x W x H Warranty Please include information on warranty including specifics of warranty and time frame of warranty. CLIN 0001 - Quantity - 1 Each Generator Set and all necessary accessories such as batteries, charger, block heater and any other necessary parts for generator to be functional. All Parts and equipment provided are to be new and in accordance with manufacturer specification. CLIN 0002 - Quantity - 1 Lump Sum Installation of Generator - This includes all labor, supervision, materials and incidentals required to install generator in accordance with manufacturer's recommendation and warranty. This also includes removal and disposal of the existing generator. The Generator is to replace an existing generator that is outdated. The current generator is housed in a separate out building near the Dispatch Center. The new generator will be installed in the same location. Delivery: 60 Days ARO or less. Place of delivery, performance and acceptance is FOB Destination Redding, CA 96002. The provision at FAR 52.212-1 (JUN 2008), Instructions to offerors-Commercial, applies to this acquisition. 52.212-2 Evaluation Commercial Items (JAN 1999) (a) The Government intends to 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: Price, Relevant Past Performance and Technical acceptance of the item being offered to meet the government's requirement. Technically acceptable is meeting all minimum salient characteristics. The Offeror shall submit Descriptive literature such as drawings and/or brochures that shows a products characteristics and or construction and explains it's operation. If the descriptive literature fails to show that the product offered conforms to the requirements of the solicitation, the Government will reject the bid. CERTIFICATION: The contractor shall certify and maintain substantiating evidence, that the product offered meets the salient characteristics of this commercial item description and that the product conforms to the producer's own drawings, specifications, standards and quality assurance practices. The government reserves the right to require proof of such conformance prior to delivery and thereafter as may otherwise be provided for under the provisions of the contract. Relevant Past Performance: Offerors shall furnish a reasonable number of references for past performance. Past performance references shall include name and contact information for recent and relevant contracts for the same or similar items. The Government may contact references to inquire as to the offeror's capability, effectiveness, compliance, timeliness, cooperation and overall customer satisfaction. Past performance information that will be considered is not limited to the references provided by the offeror. Representations and Certifications shall be submitted in accordance with FAR 52.212-3 unless registered in ORCA as described below. FAR 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) The following addenda are provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Name; Address: Telephone Number of Offeror; Price; Any Discount Terms, Response to non-price evaluation factors and Acknowledgement of all Solicitation Amendments. Quotes must indicate quanity, unit price and total amount. Offers may be submitted via facsimile or mail. PROVISIONS AND CLAUSES applicable to this solicitation are listed below and incorporated by reference: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2011) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. The clause can be downloaded from the following website http://www.arnet.gov/far/. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial (MAY 2011); the following FAR clauses are applicable as listed in 52.212-5: FAR 52.203-6 Alt I - Restriction on Subcontractor Sales to the Government (OCT 1995) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) FAR 52.219-28 Post Award Small Business Program Representation (APR 2009) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) FAR 52.222-21 Prohibition of Segregated Facilities (FEB 2009) FAR 52.222-26 Equal Opportunity (MAR 2007) FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2009) FAR 52.222-41 Service Contract Act of of 1965 (NOV 2007) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) FAR 52.225-13 Restrictions on Certain Foreign Products (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003) FAR 52.233-3 Protests After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) Provisions and clauses incorporated by reference in this solicitation can be accessed on-line in full text at the following website: http://farsite.hil.af.mil/. RESPONSE TIME: Request for Quotation will be accepted at USDA, Forest Service, Northern California Service Center, 6101 Airport Road, Redding, CA 96002 NO LATER THAN 4:30 p.m. Pacific Daylight Time on September 16, 2011. Quotations may be faxed to 530-223-1536 or emailed to jvaughn@fs.fed.us. Point of Contact for this solicitation is Jeannie Vaughn (530) 226-2702. If you have questions regarding this solicitation please submit via email to jvaughn@fs.fed.us.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/9JHA/AG-9A73-S-11-0006/listing.html)
- Place of Performance
- Address: USDA, Forest Service, Northern California Communication Center, 6101 Airport Road, Redding, California, 96002, United States
- Zip Code: 96002
- Zip Code: 96002
- Record
- SN02556720-W 20110902/110831235159-7a631ad5647e7ccae3fc0a74c8a74dd4 (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 |