SOLICITATION NOTICE
30 -- Portable Generator
- Notice Date
- 8/20/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- Reference-Number-RML-RFQ-3046
- Response Due
- 9/4/2003
- Archive Date
- 9/19/2003
- Point of Contact
- Leona Eschenbacher, Purchasing Agent, Phone 406-363-9395, Fax 406-363-9288, - Rebecca Guenthner, Chief Contracting Officer, Phone 301-402-2284, Fax 301-480-3695,
- E-Mail Address
-
LEschenbacher@niaid.nih.gov, rguenthner@niaid.nih.gov
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RML-RFQ # 3046. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 14 dated 05/22/03. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 335312 and the small business size is 1000. The Rocky Mountain Laboratories, Administrative & Facilities Management Section has a requirement for a Portable 500 KW Generator. FOB Point shall be Destination, Hamilton, MT. Inside delivery shall be 2 weeks after receipt of order (ARO). Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. It is mandatory that the new or used Portable, Genset-Diesel, 60hz, 500kw Generator purchased have the following capabilities and features: 1)- Duty Rating-Prime / standby power; 2)-Voltage-277/480, 3 phase Wye connection - Needs to be flexible and re-connectable for 208/480 and have parallel capabilities (multiple lines), with delivery to custom connect 277/480/ 3 ph Wye connection. Alternator-60hz, 3 phases, Wye, extended range 105/80c – flexible, re-connectable and parallel cable. Oversized alternator for improved motor starting and low temperature rise in prime and continuous applications, and permanent magnet excitation for improved performance in cyclic and non-linear load applications; 3)-Power Command, paralleling configuration-including voltage regulation, protection and paralleling functionally into the interface. Needs to be compatible with existing Cummins equipment and able to be used with multiple units with grid paralleling with remote monitoring and operation; 4)-Engine Governor-Electronic Fuel Control (EFC), Normally closed; 5)-Display Language – English; -6)-Indication – Ground Fault and Shutdown – low coolant level, including low coolant level warning, high engine temperature fault, pre-high engine temperature warning, pre-low oil pressure warning, low oil pressure fault, overspeed fault, reverse power warning, and over / under frequency; 7)-Separator – Fuel / Water; 8)-Engine Starter – 24 Vdc Motor; 9)-Battery Charging Alternator – Normal Output; 10)-Engine Cooling – Radiator, 50c Ambient; 11)-Coolant Heater – 208/240/480v, below 40f Ambient temperature, re-connectable; 12)-Engine Air Cleaner – heavy duty; 13)-Test Record – Certified to Industry Standards; 14)-Warranty – 2 year or 6000 hours; 15)-Literature – English; 16)-Product Revision – D, upgrade to used equipment; 17)-Test run, change oil and filters, fuel filters, and replace starting batteries; 18)-new or used tow dolly, fifth wheel to pintal hitch conversion. Permanently attaches to existing fifth wheel pin; 19)-The generator must be installed within: A) Container Enclosure with optimized fuel capacity, fluid containment design for greater environmental protection, sound attenuated to minimize impact on local environment, vertical cooling air and engine exhaust path to minimize sound level adjacent to the container, and equipped with 120VAC and 24VDC lighting. B) Running Gear – 20-foot sliding boogie chassis, five-foot extension work area for convenience, and anti-lock break system. C) Cooling System – optimized for maximum efficiency and minimum noise, and filled with propylene glycol coolant for greater environmental protection. D) Switchgear – designed and built to meet severe customer requirements, automatic start / stop control for applications using automatic transfer switches, easy to connect to existing installation, 5-cycle closure, motor operated circuit breaker needed for automatic paralleling, shore power connection to provide power for interior lighting, jacket water heaters, battery charger and alternator anti-condensation space heaters. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors—Commercial Items; FAR 52.212-2 Evaluation—Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty and Certification; 3) Price and 3) Delivery Time. FAR 52-212-4 Contract Terms and Conditions—Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3 Offerors Representations and Certifications—Commercial Items. Warranty information to include period and coverage, shall be stated. Offers may be mailed or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST) 09/04/2003. Copies of the above-referenced clauses are available upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/HHS/NIH/AMOB/Reference-Number-RML-RFQ-3046/listing.html)
- Place of Performance
- Address: Rocky Mountain Laboratories 903 South 4th Street Hamilton, MT
- Zip Code: 59840
- Country: USA
- Zip Code: 59840
- Record
- SN00408307-F 20030822/030820225012 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |