Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2008 FBO #2487
SOLICITATION NOTICE

61 -- Cummins Diesel Gensets

Notice Date
9/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Air Bases East - RCO, PSC Box 8018, Cherry Point, North Carolina, 28533-0018
 
ZIP Code
28533-0018
 
Solicitation Number
M00146-08-T-3356
 
Response Due
9/22/2008 3:00:00 PM
 
Archive Date
10/7/2008
 
Point of Contact
Debora A Berget, Phone: 252-466-7766
 
E-Mail Address
debora.berget@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
The Marine Corps Air Station, Cherry Point, NC has a requirement for Cummins Diesel Gensets. This is a combined synopsis/solicitation for commercial 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 a written solicitation will not be issued. Solicitation number M00146-08-T-3356 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and Defense Acquisition Circular 98-103. This acquisition is unrestricted. The North American Industry Classification System code is 335312. This requirement is for a firm fixed priced contract for the following item: Item 0001 2 each, Cummins Diesel Genset, P/N 40DSFAB PARAMETERS FOR 40 Kw STANDBY GENERATOR SET Engine: must be a Cummins Aspiration: Turbocharged and CAC Duty Rating must be: Standby Power Listing: Must be a UL2200, Cert-EPA, Nonroad C1, Tier 3 per 40 CFR89 Enclosure-Steel, Weather Protective with ExhSys The Voltage must be: 120/240. 1 Phase, 3 Wire Alternator must be: 60 Hz 12Ld, Broad Rng. Full 1 PH Outp.105C Set Control-PCC2100 Exciter/Regulator must be: Pmg, 3 Phase Sensor Engine Governor must be: Electronic, Isochronous Only Meters must be: AC Output, Analog Circuit Breaker Mtg must be: Single Brkr, Left of Control Circuit Breaker must be: 175A, 2 pole, 240V, Thermo- Magnetic, UI Fuel Tank must be: Dual Wall Sub base, 24 hour Capacity Switch must be: Annunciator, Liquid in Rupture Base Switches must be: Low Fuel Level, Sub base Engine Cooling must be: High Ambient Air Temperature Must Have Low Level Coolant Shutdown Must have Extension for engine Coolant Drain Must have Coolant Heater 120 Volt Ac, Single Phase The delivery requirements are FOB destination and are to be delivered to TISD-G6 Electronic Maintenance, Building 164, Marine Corps Air Station, Cherry Point, NC 28533. Delivery is required within three (3) months of award or sooner. Rational for use of brand name specifications. The Cummins Diesel Genset is the only known product that has a single phase three wire out put to support 120/240 volt requirements, provides circuit protection and visual indicators to ensure continuous reliable power, is equipped with a dual wall fuel tank, eliminates the need for a catch basin, that will guarantee 24 hours of operation with the ability to switch to an external fuel cell. The Cummins Diesel Genset fits all of the Governments requirements; weather resistant, reliability, fuel capacity and stable outputs. All responsible sources may submit a quotation which shall be considered by the agency. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-1 Addendum. The following addition/changes are made to FAR Provision 52.212-1, which is incorporated by reference: The following provision(s) is/are hereby incorporated by reference: FAR 52.211-14 Notice of Priority Rating For National Defense Use. Evaluations Factors: Award shall be made to the lowest priced responsible offeror(s), whose offer conforms to the solicitation, and who demonstrates acceptable past performance. FAR 52.212-3, Offer Representation and Certifications-Commercial Items, Alternate I. A completed copy of this provision shall be submitted with the offer. FAR 52.212-4, Contract Terms and Conditions Commercial Items. FAR 52.212-4 Addendum. The following addition/changes are made to FAR Clause 52.212-4, which is incorporated by reference: The following clause(s) is/are hereby incorporated by reference: FAR 52.211-15 Defense Priority and Allocation Requirement. DFARS 252.211-7003 Item Identification And Valuation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include the following clauses listed at paragraph 52.212-5 (b): (15) (16) (17) (18) (19) (20) (21) (22) (31) and (36). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, Alt I applies with the following clauses applicable for paragraph (b); (12) (17) (20)(i). This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-C9. All quotes must be received no later than 3:oo p.m., local time, 22 September 2008. Point of Contact: Debora Berget, Contract Specialist, Phone 252-466-7766, Fax 252-466-8492, Email debora.berget@usmc.mil. You may Email or fax your quote to the above. Offers sent via the US Postal Service should be mailed to: Supply Directorate, Contracting Department Attn: Debora Berget code SUL3G Supply MCAS, PSC Box 8018 Cherry Point NC 28533-0018. All quotes not sent through the US mail (excluding Email and faxes) shall be sent to Cunningham Street, Building 159, Door T1, MCAS, Cherry Point, NC 28533. Direct delivery of quote is only possible during weekdays, excluding federal holidays, between the hours of 8:00 AM and 4:00 PM.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3c9619645aa1ffec59abd262c36904db&tab=core&_cview=1)
 
Record
SN01671200-W 20080917/080915222041-3c9619645aa1ffec59abd262c36904db (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.