Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 17, 2015 FBO #4984
MODIFICATION

28 -- 7/15/2015 SEE ATTACHED REVISED LIST WITH ADDITIONAL INFORMATION FOR CBARR (Chemical Biologial Applicaton and Risk Reduction).

Notice Date
7/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-15-T-0220
 
Response Due
7/29/2015
 
Archive Date
9/13/2015
 
Point of Contact
Sharon Gary, 443-861-4719
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(sharon.a.gary.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QUESTION FROM A VENDOR: 6/23/2015 In the specs provided, you refer to required voltages of 240/208V, and 480V. quote mark both voltages. quote mark Is it your intent to have a generator mounted selector switch for voltage, or is a re-connectible 12 lead alternator acceptable for differing voltage requirements? Also, I see no reference to automatic transfer switches, which generally control the auto exercise function. Will they be in a separate solicitation? ANSWER FROM TECHNICAL POC: 6/23/2015 The generators shall have a mounted switch on them with a terminal panel for connecting to an outside load, all required connections should have been made at the factory and be available to us at the generator panel and marked. We have existing automatic transfer switches. The generator just needs the capability of starting when the switch demands power automatically. 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 in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/ solicitation number is W91ZLK-15-T-0220. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-72. This requirement has been deemed 100% small business set aside under the associated North American Industry Classification System (NAICS) Code 333611, which has a business size standard of 1,000 employees. The Government contemplates award of a single Indefinite Delivery - Indefinite Quantity (IDIQ) contract with Firm-Fixed Price (FFP delivery orders. This procurement is being conducted using the Simplified Acquisition Procedures authorized in FAR Part 13.5. This requirement will be evaluated as Lowest Priced, Technically Acceptable (LPTA), for the following on Army Single Face to Industry (ASFI). The U.S. Army Research Development and Engineering Command, Edgewood Chemical Biological Center (ECBC), Aberdeen Proving Ground, Maryland requires timely delivery of Government requested material to the address provided on the attached Statement of Work (SOW). The Government is procuring CBARR Generatures. All Generators must be of the same manufacturer for Consistency. Supplier must be an authorized retailer to keep the warranty intact for the following described Generators: CLIN 0001: Generators - Base Year Ordering Period (First Year) CBARR7KW ONAN form factor 7KW Not trailer compatible Unit Price:$______ CBARR10KW Generator Prime Output 10KW Unit Price: $________ CBARR15KW Generator Prime Output 15KW Unit Price: $________ CBARR20KW Generator Prime Output 20KW Unit Price: $________ CBARR25KW Generator Prime Output 25KW Unit Price: $________ CBARR45KW Generator Prime Output 45KW Unit Price: $________ CBARR75KW Generator Prime Output 75KW Unit Price: $________ CBARR220KW Generator Prime Output 220KW Unit Price:$________ CBARR300KW Generator Prime Output 300KW Unit Price:$________ CLIN 1001 Generators - Option Year One Ordering Period CBARR7KW ONAN form factor 7KW Not trailer compatible Unit Price:$______ CBARR10KW Generator Prime Output 10KW Unit Price: $________ CBARR15KW Generator Prime Output 15KW Unit Price: $________ CBARR20KW Generator Prime Output 20KW Unit Price: $________ CBARR25KW Generator Prime Output 25KW Unit Price: $________ CBARR45KW Generator Prime Output 45KW Unit Price: $________ CBARR75KW Generator Prime Output 75KW Unit Price: $________ CBARR220KW Generator Prime Output 220KW Unit Price:$________ CBARR300KW Generator Prime Output 300KW Unit Price:$________ CLIN 2001 Generators - Option Year Two Ordering Period CBARR7KW ONAN form factor 7KW Not trailer compatible Unit Price:$______ CBARR10KW Generator Prime Output 10KW Unit Price: $________ CBARR15KW Generator Prime Output 15KW Unit Price: $________ CBARR20KW Generator Prime Output 20KW Unit Price: $________ CBARR25KW Generator Prime Output 25KW Unit Price: $________ CBARR45KW Generator Prime Output 45KW Unit Price: $________ CBARR75KW Generator Prime Output 75KW Unit Price: $________ CBARR220KW Generator Prime Output 220KW Unit Price:$________ CBARR300KW Generator Prime Output 300KW Unit Price:$________ CLIN 3001 - Generators - Option Year Three Ordering Period CBARR7KW ONAN form factor 7KW Not trailer compatible Unit Price:$______ CBARR10KW Generator Prime Output 10KW Unit Price: $________ CBARR15KW Generator Prime Output 15KW Unit Price: $________ CBARR20KW Generator Prime Output 20KW Unit Price: $________ CBARR25KW Generator Prime Output 25KW Unit Price: $________ CBARR45KW Generator Prime Output 45KW Unit Price: $________ CBARR75KW Generator Prime Output 75KW Unit Price: $________ CBARR220KW Generator Prime Output 220KW Unit Price:$________ CBARR300KW Generator Prime Output 300KW Unit Price:$________ NOTES to Offerors: Offers shall note the lead time or approximate delivery date for items offered. There are nine (9) different sizes of Generators that are listed and will be included in the resulting contract. The Government is requesting Contractors provide the Unit Price for each different type of unit size, and the unit prices for the same nine different sizes of generators during the three(3) Option Year Order Periods. The award will be made to the technically acceptable vendor that provides the lowest total price of the nine unit prices combined, including the Option Year Ordering Periods. The IDIQ contract will be established at a Not-To-Exceed (NTE)) contract ceiling of $5 million, meaning the end-user may place orders for any quantity and combination of the nine different size generators at the established unit price, up to the NTE contract ceiling, during the current ordering period. The ceiling is inclusive of option years. The vendors must include the manufacturer's brand name, which must remain consistent for each different size generators. All delivery acceptances shall be at destination. Each delivery order will specify exact delivery location to the Edgewood Area of Aberdeen Proving Ground, MD. Acceptance shall be at destination. Shipping shall be FOB Destination to U.S.Army Research Development and Engineering Command, Edgewood Chemical Biological Center, (ECBC)located to the Edgewood Area of Aberdeen Proving Ground, MD. The following provisions and clauses will be incorporated by reference: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.211-6 Brand Name or Equal (a) If an item in this solicitation is identified as quote mark brand name or equal, quote mark the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that quote mark equal quote mark products must meet are specified in the solicitation. (b) To be considered for award, offers of quote mark equal quote mark products, including quote mark equal quote mark 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate quote mark equal quote mark 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 quote mark equal quote mark product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporation 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.222-3, Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-15, Energy Efficiency in Energy-Consuming Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-1 Buy American Act - Supplies 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-5 Trade Agreements 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.239-1, Privacy or Security Safeguards 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.246-2 Inspection of Supplies-Fixed Price 52.252-1 Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions/clauses listed above and below may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.212-7000 Offeror Representations and Certifications-Commercial Items 252-211-7003 Item Identification and Valuation 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7003 Agency Office of the Inspector General 252.225-7001 Buy America and Balance of Payment Program 252.225-7008 Restriction on Acquisition of Specialty Metals 252.225-7009 Restriction on Acquisition of Certain Article Containing Specialty Metals 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings 252.225-7021 Trade Agreements 252.225-7036 Buy American Act-Free Trade Agreements Balance of Payments Program 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data if applicable 252.225-7038 Restriction on Acquisition of Air Circuit Breakers 252.232-7003 Electronic Submission of Payment Requests 252-247-7023 Transportation of Supplies by Sea 252-247-7024 Notification of Transportation of Supplies by Sea EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. AMC-LEVEL PROTEST (NOV 2008) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number: (703) 806-8866 or 8875 Packages sent by FedEx, UPS, or other delivery service should be addressed to: HQ Army Materiel Command Office of Command Counsel Room2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-level protest procedures are located on the Internet. If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-level protest procedures. http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp Quotations must be signed, dated and received by 4:00 p.m. Eastern Standard Time, 29 July 2015 via email to Ms. Sharon A. Gary at sharon.a.gary.civ@mail.mil located at the US Army Contracting Command, Aberdeen Proving Ground, Tennant Contracting Division, Attention: CCRD-AI-IC, 6001 Combat Drive, Aberdeen Proving Ground, MD, 21005. All quotations from responsible sources will be fully considered. Vendors who are not registered in the SAM database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov, service desk http://www.FSD.gov. For questions concerning this Request for Quotations contact Ms. Sharon A. Gary, Contracting Officer, via email at sharon.a.gary.civ@mail.mil. Please provide any questions in a timely manner before response date. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aa17bbfae0c50dbde2f2412d54f6c365)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV 6001 Combat Drive, 2nd Floor, Room C2-101 Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03798330-W 20150717/150715235958-aa17bbfae0c50dbde2f2412d54f6c365 (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.