Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

61 -- Solar Panels, 24V Wind Turbines, Controller, and Wire

Notice Date
9/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bldg. 605 North Arctic Avenue, Fort Greely, AK 99731
 
ZIP Code
99731
 
Solicitation Number
GreelyCRTCCMS0004
 
Response Due
9/18/2017
 
Archive Date
3/17/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
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. The solicitation number is GreelyCRTCCMS0004 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 221118 with a small business size standard of. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-18 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Fort Greely, AK 99731 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: Wind Turbine, 24 Volts, Available Wattage 1600 Watts, Blade Length 29 Inches / 73.7 Centimeters, Blade Material Carbon Fiber, Blade Quantity 5 Blades, Assembled Diameter no greater than 61 Inches / 1.55 Meters, assembled length: no greater than 37 inches, Special Coating Zinc Plated, Hot Dipped Galvanized or equivalent corrosion protection, Cut in wind speed of at most 6 MPH, SHIPPING TO FORT GREELY, AK MUST BE INCLUDED IN YOUR QUOTE, 16, EA; LI 002: Solar Panel, Maximum Power at STC (Pmax): at least 260 Watts, Optimum Operating Voltage (Vmp): 30.30 Volts, Optimum Operating Current (Imp): 8.59 Amps, Open-Circuit Voltage (Voc): 37.70 Volts, Short-Circuit Current (Isc): 9.09 Amps, Module Efficiency: at least 16%, STC: Irradiance 1000 W/m ², module temperature 25 °C, AM=1.5, Dimensions: no larger than 1640 x 992 x 35 mm ( 65.0 x 39.0 x 1.38 inches ), Weight: no greater than 18.6 kgs ( 40.8 lbs ), Front Glass: no less than 3.2 mm ( 0.13 inches ) low iron tempered glass, Frame Material: Anodized aluminum alloy - Black, Junction Box: IP65 rated, Output Cables: no less than 4 mm^2 ( 0.006 inches^2 ), 1000 mm ( 39.37 inches ), Fire Rating: Type 1 and Type 2, Qualifications & Certifications: CEC, FSEC, ISO 9001:2008, ISO 14001:2004, BS OHSAS 18001:2007, SA8000, UL 1703, Operating Module Temperature at least -40 °C to +85 °C (-40 °F to 185 °F), Maximum System Voltage: at least 1000VDC, Maximum Series Fuse Rating 15 A Max hailstone impact (diameter/velocity): at least 25mm / 23m/s (0.98 in/51 mph), Solar panel clips for attaching to uni-strut (4 per panel), SHIPPING TO FORT GREELY, AK MUST BE INCLUDED IN YOUR QUOTE, 16, EA; LI 003: Controller, for both wind and solar combined, dump load for 24Vdc, pre-wired for plug and play divert load 600 watt, if applicable: 3-phase brake switch for wind turbine, charge controller with LED volt meter, if applicable: heavy duty battery cables and rectifier for 3-phase output wind turbine connection, Dual microprocessor controlled for stability and accuracy, Adjustable dump load voltage set points, Adjustable dump load time setting, Isolated Electronics Protection, On board relay isolates electronics from back voltage spikes from minimum 440 amp relay, High amp rating relay: minimum 440 amps, minimum 10,000 watts; minimum 100 amps continuous for the solar side, Battery Status indicator, LED on board to indicate if the controller is in dump mode, Leads for easy termination to your battery or battery bank, 5 feet of heavy duty cables, Ability to divert the charging source from the batteries to the load or dump both the batteries along with the charging source, Connections for both wind and solar at the same time, Reverse polarity protection, Ultra low power consumption, Voltmeter shall be able to be set turn off after periods of inactivity, completely pre-wired, only connections to be made are wind turbine, solar, and battery, Mounting Plate Dimensions: no greater than 12 inches x 12 inches, SHIPPING TO FORT GREELY, AK MUST BE INCLUDED IN YOUR QUOTE, 16, EA; LI 004: 60 AMP heavy duty disconnect for batteries, SHIPPING TO FORT GREELY, AK MUST BE INCLUDED IN YOUR QUOTE, 16, EA; LI 005: 300W divert load resistor, SHIPPING TO FORT GREELY, AK MUST BE INCLUDED IN YOUR QUOTE, 16, EA; LI 006: Wire Spool, 1000 ft, sjoow, 12/3, low temperature rated down to at least -40 F, SHIPPING TO FORT GREELY, AK MUST BE INCLUDED IN YOUR QUOTE, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions “ Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an “all-or-nothing ” basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program 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 (HQ), Army Materiel Command (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 (GAO) 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 HQ 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. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4bb215d7aae8b2a9ca240ad5cb1df62a)
 
Place of Performance
Address: Fort Greely, AK 99731
Zip Code: 99731
 
Record
SN04673342-W 20170914/170912232255-4bb215d7aae8b2a9ca240ad5cb1df62a (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  © 1994-2020, Loren Data Corp.