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