Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

28 -- GENERATOR SETS

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
101 MSG/MSC Base Contracting, 101 Glenn Avenue, Suite 493, Bangor, ME 04401-3055
 
ZIP Code
04401-3055
 
Solicitation Number
W912JD-15-Q-2035
 
Response Due
9/25/2015
 
Archive Date
11/20/2015
 
Point of Contact
JASON EDWARDS, 207-404-7107
 
E-Mail Address
101 MSG/MSC Base Contracting
(jason.m.edwards1.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. COMBINED SYNOPSIS/SOLICITATION 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; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is W912JD-15-Q-2035 and issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-83 and DFARS Change Notice (DCN) 20150826. The North American Industry Classification System is 333611; size standard is 1000 employees. This requirement is a total small business set aside. SUBMISSION AND EVALUATION OF PROPOSALS: To assure timely and equitable evaluation of the proposal, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract email address not later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The responses shall consist of four (4) separate parts; Bid Schedule, Delivery Schedule, Technical Information and FAR 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items. Offers shall be evaluated using Lowest Prices Technically Acceptable criteria in accordance with FAR 15.101-2 and 52.212-2. BID SCHEDULE OF SUPPLIES: CLIN 0001 - 1 Each: 100 KW 120/208 volt, 60hertz, WYE, 3 phase, 4 wire -Installation at Building P-1, 243rd Main Administration Building MFR: Caterpillar MFR P/N: D100-6 CLIN 0002 - 1 Each: 60 KW 120/208 volt, 60 hertz, WYE 3 phase, 4 wire -Installation at Building P-8, 265th Communications Squadron MFR: Caterpillar MFR P/N: D60-6 CLIN 0003 - 2 Each: 60 KW 120/208 volt, 60 hertz, WYE 3 phase, 4 wire -146 gallon fuel tank, doubled wall, w/leak detection, UL 142 listed. - UL 2200 listed and labeled - Installation at Building 491. MFR: Caterpillar MFR P/N: D60-6 CLIN 0003 - 2 Each: 60 KW 120/208 volt, 60 hertz, WYE 3 phase, 4 wire -146 gallon fuel tank, doubled wall, w/leak detection, UL 142 listed. - UL 2200 listed and labeled - Installation at Building 540. MFR: Caterpillar MFR P/N: D60-6 BRAND NAME OR EQUAL One or more items in this RFQ have been identified by a manufacturer's part number follow by the words quote mark Or Equal quote mark. Offerors are encouraged to quote other manufactures products that meet the minimum salient characteristics identified in the item descriptions. If you are submitting an equal item(s) as part of your quote, in accordance with FAR 52.206-11 -- Brand Name or Equal, you must identify equivalent item(s) when the quote is submitted and provide product technical information that demonstrates the item(s) meet the salient characteristics of the Bid Schedule of Supplies. Failure to comply with this requirement will result in your quote being considered non-responsive. DELIVERY SCHEDULE: 120 days - ARO F.o.b. - Destination. If Offeror is not able to meet this scheduled, the Offeror shall propose an alternative delivery schedule the Offeror can meet. Shipment shall be to the following address: CLIN 0001 and CLIN 0002: Mark for DoDAAC - F7QJCE Maine Air National Guard 265TH Communications Squadron 50 Western Avenue Attn: CMSgt James Winchenbach South Portland, ME 04106 CLIN 0003 and CLIN 0004: Mark for DoDAAC - F7QJCE Maine Air National Guard 101 CES 106 Ashley Avenue, Suite 486 Attn: CMSgt James Winchenbach Bangor, ME 04401 MULTIPLE AWARDS: The Government reserves the right to place awards to multiple venders. Multiple awards may result from this RFQ if no one vendor is able to meet the Government's delivery schedule. TECHNICAL INFORMATION: Offerors quoting an equivalent item shall include the Manufactures Technical Data with their offer. Technical data must clearly demonstrate the product offered meets the minimum specifications identified in the Bid Schedule of Supplies. Offers of equivalent products without the required technical data shall be considered non-responsive. PROVISIONS/CLAUSES: All FAR clauses may be viewed in full text by viewing the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil. The following listed FAR clauses apply to this solicitation and are hereby incorporated: Clauses Incorporated By Reference Far 52.212-1, Instruction to Offerors' Commercial Items. The Following Addendum Is Provided To This Provision: Quotations Submitted Shall Contain - Solicitation Number; Company Name; Address; Company Point of Contact Name; Company E-Mail Address; Company Telephone Number; Proposed Delivery Schedule; Terms of the Expressed Warranty; Price; Any Payment Discount Terms And; Acknowledgement of Any and All Solicitation Amendments. FAR 52.209-6, Protection the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items [IAW FAR 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alt I; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-3 Protest After Award (31 U.S.C. 3553 and 40 U.S.C. 759); d)(2) and (3)); FAR 52.252-2, Clauses Incorporated by Reference DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights, DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive [IAW DFARS 252.212-7001 the following clauses are hereby incorporated by reference: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.225-7021, Trade Agreements; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions. CLAUSES IN FULL TEXT FAR 52.212-2 -- Evaluation -- Commercial Items. (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2009) ALTERNATE I (APR 2002) See System for Award Management (www.sam.gov) for quote mark Reps and Certs quote mark and include with offer. SYSTEM FOR AWARD MANAGEMENT (SAM) REPLACES CCR and ORCA Effective July 30th, 2012, the System for Award Management (SAM) replaces the contractor registration sites CCR and ORCA. In an effort to streamline the acquisition process, SAM.gov was established to consolidate several acquisition systems including CCR, ORCA, and EPLS and create a single repository of contractor information. As a single validated source of data on contractors doing business with the Government, the SAM database enables prospective contractors to update their information in one place. If you have been using the legacy systems CCR and ORCA, you should now go to http://www.sam.gov to find your information. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to http://www.sam.gov, and then click on the SAM HELP tab. Under User Help you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles from legacy systems (if applicable) and perform updates. PLEASE NOTE: SAM is completely free of charge for both registrants and users. You will be required to complete a one-time business registration, with annual updates. As a part of the registration process, you will need to provide your DUNS identification number. If you do not have a DUNS number, you may contact Dun and Bradstreet, Inc. at (800) 333-0505. You may register in SAM at http://www.sam.gov. IAW FAR Parts 1, 2, 4, 13, 32, and 52 contractors must have an active profile in the SAM database prior to award of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement. No award will be made to any contractor without an active profile in SAM. All offers must be submitted electronically to the primary point of contact, MSgt Jason Edwards at jason.m.edwards1.mil@mail.mil. All offers shall be received before Monday, September 25, 2015 by 10:00:00 A.M. to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17-1/W912JD-15-Q-2035/listing.html)
 
Place of Performance
Address: 101 MSG/MSC Base Contracting 103 Maineiac Ave., Suite 505 Bangor ME
Zip Code: 04401-3055
 
Record
SN03896093-W 20150923/150921235449-03fb8794aac9d9bab614ca48caecd5a2 (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.