Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1999 PSA#2299

Commanding Officer, USCG Civil Engineering Unit Miami, 15608 SW 117th Ave., Miami, FL 33177-1630

59 -- PORTABLE GENERATOR, USCG HOUSING, BASE SAN JUAN, PUERTO RICO SOL DTCG82-99-Q-3WC107 DUE 032299 POC Ms. Pat Dixon (305)278-6725 SYNOPSIS/SOLICITATION: This combined Synopsis/Solicitation is issued as an REQUEST FOR QUOTATION (RFQ). All information is contained in this document. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC 97-10. This combined/solicitation is under the Small Business Set-Aside Program. The standard identification code (SIC) is 3699, size standard of 750. SCOPE: Purchase of a new portable (mobile) generator to provide electrical power during post hurricane relief and extended electrical outages. Generator will serve the Bayamon Housing complex or various buildings at Base San Juan as required. Following are the required features and characteristics of the generator: -- Trailer mounted portable generator (tandem axle trailer) -- 125_KW (stand-by), 110_KW (continuous) -- Sound attenuated housing for quiet operation -- Control panel -- Manual start/stop -- Safety shutdown -- Circuit breaker -- 1 & 3 phase (120V/208V/477V) switchable voltage (changeover board for multi voltage/multi phase capabilities) -- Alternator -- Battery charger -- Extra large fuel tank(s) for longer operation capability, preferably 225 gallons (tank volume shall not be less than 150 gallons) -- Diesel fuel -- Convenience receptacles (complete receptacle panel and load connections) Quotation shall include shipping costs to destination:(Equipment is not subject to Import Taxes. It must be labeled "Tax Exempt -- U.S. Government Property, United States Coast Guard" to ensure Import Taxes are waived and equipment is cleared through U.S. Customs in Puerto Rico.) Ship to Address: Commanding Officer,(Attn:Engineering Officer)U.S. Coast Guard Base San Juan,La Puntilla Final, San Juan, PR 00902. Generator must be delivered to destination no later than June 1, 1999. PROVISIONS & CLAUSES: FAR provision 52.212-1 Contract Term and Conditions Commercial Items (June 1997) is incorporated by reference. FAR provision 52.212-2 Evaluation-Commercial Items does not apply, award will be made to the lowest price. Bidders shall complete FAR 52.212-3 Offerors Representative and Certifications-Commercial Items (Jan 1997) and submit it with their bid. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1997) hereby apply to this solicitation FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items hereby applies to this acquisition; including FAR 52.215-5 Facsimile Proposals (Oct 1997); FAR 52.214-34 Submission of Offers in the English Language (Apr 1991);FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-9, Small Business Disadvantage and Women Owned Small Business Subcontracting Plan, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans of the Vietnam Era; FAR 52.225-03, Buy American Act-Supplies; FAR 52.246-02, Inspection of Supplies-Fixed Price (Aug 1996); FAR 52.249-02 Termination for Convenience of the Government (Fixed Price) (Sept 1996); FAR 249-08 Default (Fixed Price Supply and Service) (Apr 1984) NOTICE TO OFFERORS: For Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT) Office of Small and Disadvantaged Business Utilization (OSDBU), has programs to assist minority, women-owned and disadvantaged business enterprises to acquire short-term working capital and bonding assistance for transportation-related contracts. This is applicable to any eligible prime or subcontract at any tier. The DOT Bonding Assistance Program enables firms to apply for bid, performance and payment bonds up to $1.0 million per contract. The DOT provides an 80% guaranty on the bond amount to a surety against losses. Loans are also available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning Bonding Assistance Program and/or the STLP, please call the OSDBU at (800)532-1169. SUBMISSION OF QUOTES" All responsible sources may submit a quotation, which will be considered by this agency. Closing date and time for receipt of offers is March 22, 1999, 5:00 p.m., Eastern Time. Facsimile offers are acceptable and may be forwarded to (305)278-6704 Attention: Pat Dixon. Mail shall be addressed to Contracting Officer, USCG Civil Engineering Unit, 15608 S.W. 117th Avenue, Miami, FL 33177-1630. All quotes shall be clearly marked with the contractor's name, address, phone number and contact person, along with the solicitation number and FAR 52.212-3 vendor information.***** Posted 03/08/99 (W-SN306028). (0067)

Loren Data Corp. http://www.ld.com (SYN# 0280 19990310\59-0011.SOL)


59 - Electrical and Electronic Equipment Components Index Page