SOLICITATION NOTICE
W -- Generator Lease
- Notice Date
- 6/12/2006
- Notice Type
- Solicitation Notice
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-06-Q-B011
- Response Due
- 6/16/2006
- Archive Date
- 7/1/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the 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 requirement, FA4861-06-Q-B011, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06. The NAICS code for this is 532490. The size standard for a small business under this NAICS code is $6.5 million. This RFQ is being submitted as a restricted solicitation open to small businesses only. This is a commercial item. Please quote in the following format: CLIN 0001 - One each ? Lease of Generators; must be able to use Bio-Diesel fuel. Period of Performance is 5 July 2006 ? 5 September 2006. Contractor must allow government to extend lease up to 2 months longer if needed. Background: There are only 200 Amps available from commercial sources for 15th RS use in the bullpen area behind the old Combined Air Operations Center - North compound. The 15th RS is currently waiting for the completion of a project to bring additional commercial power to the bullpen. The power is required for three trailers that are to be occupied by the unit. The current power available is not substantial enough to handle the unit?s electrical requirements. Requirement: The basic requirement is to provide a safe, reliable, temporary solution to the power shortfall in the Combined Air Operations Center - North Bullpen for the 15th RS trailers using a generator. This shortfall equates to approximately 500 Amps. The desire is to use one generator for all three trailers. The power provided shall be of an ?uninterruptible? nature to the maximum extent possible. The supplier needs to devise, provide, install, and remove the distribution system and generator. The requirement includes on-site visits to monitor the status of the generators and distribution system. The government will provide fuel for, and re-fuel the generators during operations using ?bio-diesel?. The solution should include a fuel tank of sufficient size to provide a run-time of approximately 48 hours under constant load between re-fueling. Additionally, the contractor shall provide a trouble call number that 15th RS personnel can call (24 hours a day 7 days a week) to report problems. The contractor shall respond to all trouble calls (24 hours a day 7 days a week) with a return phone call to 15th RS designated representative(s) [name(s) and phone number(s) to be provided after award] within 10 minutes of a trouble call. If so required, the contractor will have technicians, mechanics and/or electricians on-site within 45 minutes. Additionally, contractor will work with 15RS personnel to schedule routine PMIs (such as oil changes) so that it does not effect mission operations. Power Requirements: Bullpen Power Requirements ? The three trailers requiring power are as follows ? System #1: Trailer 5, single-wide (12? X 56?); stated amp required: 150; 110/208 VAC, 60 hertz, single phase. System #2: Trailer 6, double-wide (24?X 64?); stated amp required: 200, 110/208 VAC, 60 hertz, single phase. System #3: Trailer 7, double-wide (24? X 64?); stated amp required: 200; 110/208 VAC, 60 hertz, single phase. Total stated amp required: 550. A possible solution is a 208VAC pulling 600A that produces at least 200KW. Quotes should be in the following format: price for each line item independently and total price for all line items combined. Award Basis: Best Value. Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. FAR provision 52.212-2, Evaluation Commercial Items, also applies. The following factors will be used to evaluate the offer: price, delivery, and technical capability. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. The following clauses apply to this solicitation and resulting award: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.222-3, Convict Labor; FAR 52.222-13, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans on the Vietnam Era; FAR 52.232-18, Availability of Funds, FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-3, Protest After Award; FAR 52.243-1, Changes-Fixed Price; FAR 52.246-16, Responsibility for Supplies; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or Other Defense-Contract Felonies; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. All contractors must be registered in the Central Contractor Registration (CCR @ http://www.ccr.gov/) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Please fax quotes to the attention of 2LT Amy Ciaravolo at 702-652-5405. Please contact 2LT Ciaravolo with any questions/concerns at 702-652-7022. Quotes are due on or before 12:00pm Friday, 16 June 2006 Pacific Daylight Time.
- Place of Performance
- Address: Nellis AFB, NV
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN01067824-W 20060614/060612220441 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |