SOLICITATION NOTICE
61 -- Generators
- Notice Date
- 9/18/2004
- Notice Type
- Solicitation Notice
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
- ZIP Code
- 85365-9106
- Solicitation Number
- W9124R-04-T-0076
- Response Due
- 9/23/2004
- Archive Date
- 11/22/2004
- Small Business Set-Aside
- N/A
- Description
- This 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; proposal s are being requested and a written solicitation will not be issued. The U.S. Army Yuma Proving Ground, AZ has a requirement to purchase 6-each generators. The Request for Quote (RFQ) number is W9124R-04-T-0076 and incorporates provisions and clauses in e ffect through Federal Acquisition Circular (FAC) 2001-24 and Defense Federal Acquisition Regulations Supplement (DFARS), 1998 Edition, current to DCN 2004-0625. This acquisition is being solicited on an unrestricted basis. The North American Industry Cla ssification System (NAICS) code is 335312 and the size standard is 1,000 employees. The resultant contract will be firm fixed price. It is anticipated that payment under this contract will be made via government VISA credit card. Offeror shall account fo r any costs associated with accepting credit card payment in their quote. Quotes are being solicited for the following item: CLIN 001-6 Each Cummins Power Generation 16DNAE Genset-Diesel, 60Hz, 16kW-Standby Rating, Brand Name or Equal. The manufacturer of the brand name generator is Cummins Power Generation, 1400 73rd Avenue N.E., Minneapolis, MN 55432. All offerors proposing an equal item shall demonstrate that the proposed item meets or exceeds all of the following minimum salient characteristics of the brand name item being solicited. The generator shall have an output of 16kW, 20KVA standby power and 14.4kW, 18 KVA prime power. The generator must have a 4-cylinder, liquid-cooled diesel engine with no turbocharger. The generator shall have a heavy-du ty air filter and heavy-duty cooling system. The generator must have a 12-volt battery and alternator for charging. The alternator must have a broad-range 12-lead reconnectable 3-phase with full-rated single-phase output capability at 120/240V 1-phase. Th e generator must have a spin-on oil filter. The control panel shall include the following functions; manual start/stop, high-temperature shutdown, low oil pressure shutdown, AC meters (Amps, Volts, Hertz), hour meter, oil pressure gauge (can be engine moun ted), temperature gauge (can be engine mounted). The generator shall have an enclosure to include the following; weather protective housing with silencer, critical grade exhaust silencer, 12-Volt battery, and circuit breaker. The generator must have a dr y weight between 850-900 pounds. The generator must have a trailer to include the following; two-wheeled open design with fenders, single-axle with springs, electric brakes, 15-inch tires, stop-tail and turn lights, tongue jack, 2-inch ball receiver, 1500 -pound rated capacity and safety chains. Award will be made to the low priced offerors whose proposed product meets or exceeds the minimum Salient Characteristics provided within this notice. The following Federal Acquisition Regulation (FAR) provisions a pply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial items (Jan 2004); 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2004) with Alt I (Apr 2002), all offerors shall include with their offer a completed co py of FAR 52.212-3, Alt I. Copies of FAR 52.212-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://farsite.hill.af.mil/vffara.htm. FAR 52.212-4, Contract Terms and Conditions-Commercial Items ( Oct 2003); FAR 52.212-5, Contract Terms and Conditions required to Implement Status or Executive Order-Commercial Items (June 2004); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child LaborCooperation with Authorities and Remedies (June 2004); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); FAR 52.222-37, Em ployment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (Dec 2001); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration (Oct 1999). The following DFARS clauses applies to this a cquisition: DFAR 252.212-7001 contract Terms and Conditions Required to Implement Statures or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2004). Specific clauses cited in DFAR 52.212-7001 that are applicable to this acqui sitions are: DFARS 252.225-7036 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (Jan 2004). An addendum is incorporated into the solicitation to include FAR and DFARS clauses as follows: FAR 52.247-34 F. O.B. Destination (Nov 1991); FAR 52.211-6 Brand Name or Equal (Aug 1999) and DFAR 252.204-7004 Required Central Contractor Registration (Nov 2003). Any technical questions concerning this requirement shall be e-mailed to Samuel.Colton@yuma.army.mil on or before COB 21 September 2004. All offers being submitted via U.S. Postal Service shall be addressed to the U.S. Army Yuma Proving Ground, SFCA-SR-YM (Samuel Colton), 301 C. Street, Yuma, AZ 85365-9498. Offers being submitted via any other carrier (i.e. F edEx or UPS) shall be addressed to the U.S. Army Contracting Agency (ACA), Yuma Directorate of Contracting, SFCA-SR-YM (Samuel Colton), Building 2100, Room 8, Yuma, AZ, 85365-9106. Offers may also be submitted via facsimile to 928-328-6849 or E-mail to Sa muel.Colton@yuma.army.mil. E-mail submission is preferred. All offers must be received in the Contracting Office no later than 9:00 A.M. MST, September 23, 2004, regardless of method of submission. As a minimum offerors shall include with their signed pr oposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile numbers and e-mail address, (4) a completed copy of both FAR 52.212-3 Representations and Certifications Alt I, (5) price (bot h unit price and total price) to include any applicable freight, (6) proposed deliver schedule, (7) sufficient technical literature and description to enable the government to evaluate conformance with the technical requirements, and (8) a statement indica ting that Government VISA credit card will be accepted as the method of payment. Offers that fail to furnish required representation or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Samuel.Colton@yuma.army.mil for notification of any amendments.
- Place of Performance
- Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
- Zip Code: 85365-9106
- Country: US
- Zip Code: 85365-9106
- Record
- SN00676578-W 20040920/040918211629 (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 |