Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 7, 2001 PSA #2845
SOLICITATIONS

36 -- DIESEL FUELED PACKAGED GENERATOR SET

Notice Date
May 3, 2001
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
ZIP Code
23665
Solicitation Number
F44600-01-T-0003
Response Due
May 11, 2001
Point of Contact
Dayna Coverston, Purchasing Agent, Phone 757 764-4923, Fax 757 764-7447, Email dayna.coverston@langley.af.mil -- Michael Costlow, Contracting Officer, Phone 757-764-5036, Fax 757-764-7447, Email
E-Mail Address
Dayna Coverston (dayna.coverston@langley.af.mil)
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (ii) Solicitation F44600-01-T-0003 is issued as a Request for Quote (RFQ). Written documentation will not be issued for this quote. (iii) The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-24. (iv) The NAICS code is 333611 with a size standard, averaged over a one year period of 1,000 employees. (v) Langley AFB plans to procure a Diesel Fueled Package Generator Set; Zenith Automatic Transfer Switch; and 1000 Gallon Fuel Tank to provide backup power. (vi) The following requirements are applicable: 1 each-Diesel Fueled Packaged Generator Set Model 3306ATAAC with Brushless generator, 250kw Standby, at 0.8 PF., 277/480 VAC, 3 Phase, 60 Hertz, at 1800 RPM. Including the following: Formed Steel Base; Vibration isolators; Electronic Governor, 1% speed regulation; Engine mounted radiator with blower fan; Critical exhaust silencer, mounted on top of the enclosure with rain cap; Stainless steel flexible exhaust fitting; Electric starting system, 24 volt DC; Battery, 135 amp _ hour, lead acid; Battery rack, cables; Battery charger, 10 ampere output, 120vac input; Dual Jacket water heaters, each 3000 watt, 120vac input; Flexible fuel lines; Lube oil and antifreeze installed; Weather protective enclosure with lockable doors and a Gravity Discharge louver, painted _Langley Brown_; Generator control panel, Cat EMCP11, generator mounted, with the following: Panel illumination light group; Engine oil pressure & water temperature gauges; Battery system ammeter; Running time meter; AC Ammeter, voltmeter, frequency meter; Phase selector switch; Voltage adjust rheostat; Engine automatic Cranking system with control selector switch & cycle crank; Engine fault indicating system with failure lights for low oil pressure, high water temperature, overspeed, and overcrank; Pre-alarm lights for low fuel level, fuel tank rupture, and NFPA99; Alarm Horn; Molded case circuit breakers, 400 A; Tests: Factory: Standard; On site: 4 Hour Loadbank test plus owner instructions; Operation and Maintenance Manuals, 2 copies; 2 Year Warranty. 1 each _ Zenith closed Transition/Automatic/Bypass Isolation transfer switch Part Number ZBTSCTL40EC-7LAFB-X2, 400 amp, 3 pole, NEMA 3R enclosure with the following options: Time delay, engine start; Time delay, retransfer; Time delay, cooldown cycle; Position lights, source lights; Exerciser; Test swi6tch; Auxiliary contact; Inphase monitor; Option Kit. 1 each _ 1000 Gallon Fuel Tank, convaulted fuel tank with fill and leak detection system and an overfill containment system, includes 2_ fuel shutoff valve. If offereing an equal, provide make, model and specification of the equal. (vii) Delivery: Performance Period to be 90 days After Receipt of order; FOB Destination. (viii) The provision at FAR 52.212-1, Instructions to Offerors _ Commercial, applies to this acquisition. (ix) 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: technical capability of the item offered to meet the Government requirement and price. (x) Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items and 252.212-7000, Offeror Representations and Certifications Commercial Items with its offer. (xi) Clause 52.212-4, Contract Terms and Conditions _ Commercial Items, is hereby incorporated by reference, (xii) Clause 52.212-5 (Deviation) Contract Terms and conditions Required to Implement Statutes or Executive Orders _ Commercial Items, 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.232-33 Payment by Electronics Funds Transfer _ Central Contractor Registration, 252.212-7001 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Registration, 52.52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation In Clauses, 252-204-7003 Control of Government Personnel Work Product, 252.204-7004 Required Central Contractor Registration, 52.253-2 Computer Generated Forms, 52.211-17 Delivery of Excess Quantities, 52.225-1 Buy American Act-Balance of Payments Program -_Suppies, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and compliance Reports are hereby incorporated by reference. (xiii) N/A (xiv) N/A (xv) N/A (xvi) Offers may be faxed to 1 CONS/LGCB at (757) 764-7447, or mailed to 1 CONS/LGCB, 74 Nealy Ave., Langley AFB, VA 23665. All offers are due by 10:00 AM EST, 11 May 2001. (xvii) For further information regarding this solicitation, contact Dayna Coverston, Contract Administrator @ phone (757) 764-4923. Collect calls will not be accepted, e-mail: dayna.coverston@langley.af.mil
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=F44600-01-T-0003&L=203)
Record
Loren Data Corp. 20010507/36SOL001.HTM (D-123 SN50L0L2)

36 - Special Industry Machinery Index  |  Issue Index |
Created on May 3, 2001 by Loren Data Corp. -- info@ld.com