Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 16, 2000 PSA #2728
SOLICITATIONS

W -- RENTAL OF DIESEL GENERATOR WITH TRAILER

Notice Date
November 14, 2000
Contracting Office
Fleet & Industrial Supply Center, Norfolk Naval Shipyard Annex, Purchase Division, Bldg. 1500, Portsmouth, VA 23709-5000
ZIP Code
23709-5000
Solicitation Number
N00181-01-Q-0076
Response Due
December 4, 2000
Point of Contact
Debby Spain, (757) 396-8364
E-Mail Address
na (spainda@nnsy.navy.mil)
Description
The Fleet and Industrial Supply Center, Norfolk Naval Shipyard Annex, proposes to rent a Diesel Generator (with Trailer). Ordering Specifications are as follows: (1) Rental of one Diesel Generator (with Trailer). (2) 400 KW, 480V 3 Phase, 60 Hertz, 602 Amps. (3) 330 Gallon Fuel Tank, 25 GPH. (4) Generator to have save-all base and capable of holding all engine fluids in the case of a leak or spill inside the unit. (5) Generator Noise level, while running, must not exceed 65 dba @ 50 feet. (6) Correct weight (without Trailer) is to be securely attached and visible from the outside of unit, in the event lifting the generator is required. (7) Contractor is responsible for all repairs and scheduled maintenance. (8) Contractor is to supply NNSY with fuel and oil consumption levels of the Generator. (9) Usage is to be based on Standby/Single Shift Duty. (10) No cable is required with unit. CONTRACTOR RESPONSIBLILITY: (1) Provide Technical Representative services for one day. (2) Quote is to include all labor, environmental fees, and freight. (3) Provide all parts requiring repair or replacement under circumstances of normal equipment wear and tear at no additional charge. (4) The contractor shall dispatch a representative in response to a service request to repair and/or replace unit within (4) hours of notification by NNSY at no additional charge. (5) When the equipment is required to be removed to the contractor's facility for repair or replacement, the contractor shall be responsible for loss or damage from the time it leaves the government sit until it is required to the Government. NOTE: Unit will be used for industrial applications. Units will be located in an area where grit exposure will be minimized, but not completely eliminated. The unit will be exposed to everyday weather, grit, paint, and saltwater air. IT IS THE CONTRACTOR RESPONSIBLITY TO PROVIDE ANY PROTECTIVE COVERINGS FOR THE UNIT. The Government reserves the right to return the unit at any time prior to the expiration of the rental period. The contractor agrees to prorate costs for the time the units are in use by NNSY only. The Government agrees to give the contractor (24) hours notice for return of units prior to expiration of rental period. Location of service: Norfolk Naval Shipyard. Expected Period of Performance: 15 March 2001 through 30 June 2001. This is a COMBINED SYNOPSIS/SOLICITATION for COMMERICAIL ITEMS prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition circular 97-20. FAR Provision 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.246, 252.247-34 and DFAR 252-212.7000, 252.212.7001, 252.243.7002 and 252.204.7000 apply to this acquisition. Offer shall include a completed copy of the provision at 52.212-3. Offer Representation and Certification-Commercial Items. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on/after 6/1/98. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Visit the Internet at http://ccr.edi.disa.mil for more information. Offer shall be evaluated for fair and reasonable price technical acceptability, adherence to applicable clauses, provisions, delivery schedule and satisfactory past performance record. Procurement is being conducted under simplified acquisition procedures. Standard industrial code is 3511/333611; small business size standard is 1,000 employees. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: (1) Company's complete mailing and remittance address; (2) discounts for prompt payment; (3) anticipated delivery of material; (4) Cage code; (5) Dun & Bradstreet number (DUNS); (6) Taxpayer ID number; (7) Location of manufacturing facility. Import Internet addresses: 1) Federal Acquisition Regulations (FAR) at http//www.gsa.gov/far; 2) Defense Federal Acquisition Regulation Supplement (DFARS) at http//www.dtic.mil./dfars/. Questions/responses to this solicitation should be faxed to 757-396-8503 or mailed to Fleet & Industrial Supply Center, NNSY Annex, Code 532.3B, Attn: Debby Spain, Bldg. 1500, 2nd Floor, Portsmouth, VA 23709-5000 or via e-mail. Offers are due by close of business 04 Dec 2000.
Web Link
na (na)
Record
Loren Data Corp. 20001116/WSOL004.HTM (W-319 SN506651)

W - Lease or Rental of Equipment Index  |  Issue Index |
Created on November 14, 2000 by Loren Data Corp. -- info@ld.com