SPECIAL NOTICE
30 -- Methanol Fuel Cell Generator - JFOC
- Notice Date
- 7/13/2011
- Notice Type
- Special Notice
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/OAR/ARL/ATDD, 456 S. Illinois, Oak Ridge, Tennessee, 37830
- ZIP Code
- 37830
- Solicitation Number
- NRMAC100-11-03287-GSB
- Archive Date
- 8/2/2011
- Point of Contact
- Barbara G Shifflett, Phone: 8655760061, Gabrielle Berry, Phone: 865-576-7425
- E-Mail Address
-
barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- JFOC The U.S. Department of Commerce, NOAA/OAR/ARL/ATDD, plans to solicit and negotiate on a sole source basis, in accordance with FAR 6.302-1, with ENERFIRM Technologies, Inc. to provide one (1) EFOY Pro 1600 methanol fuel cell generator manufactured by SFC of Germany and distributed by Enerfirm Technologies of St. Alberta, Alberta, Canada. Requirements are as follow: • Operation in temperatures as low as -55°C.- Alaska's front range can experience temperatures as low as -60°C and as high as 30°C. • Produces 12 VDC nominal and at least 800 Watts per day- The USCRN AK stations are powered by a 12 VDC. The system requires a minimum of 288 Watts per day in optimum conditions. Adding a general efficiency factor and allowing for power drops due to the cold temperatures, the power system needs to produce a minimum of 800 Watts per day. • Lightweight (less than 500 lbs total plus fuel) and easy to install- The USCRN AK stations are in remote locations requiring transportation via small aircraft and manual lifting. A small and light power system is essential. A system that breaks down into components that weigh less than 150 lbs is a requirement. Also, the system needs to be installed in a very short time. Time spent in the remote areas of Alaska is very expensive. • Uses minimal fuel to power due to remote nature of the sites <1.5 l/kWhr- The USCRN AK stations are located in remote areas where even common fossil fuels are not available or are extremely expensive to transport. A system that utilizes a small amount of fuel is a requirement. • Must run continuously or be able to restart in all conditions-The USCRN AK stations require a consistent power source. The stations can only survive for six to eight days without input power. This requires a system that can restart or run continuously in the extremely frigid environment. • The well insulated unit will maintain a minimum internal temperature to restart and remain reliable under extreme weather conditions. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evidence must be provided of ability to provide the required system. 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a small business set aside. The associated FSC for this is 6115 and the associated NAICS Code is 423610. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all characteristics as stated. 2) Proven Performance in Arctic Environment: Quality, Timeliness, and customer service. 3) Price: Quote must state price in U.S. Dollars. 4) Delivery: Quote must include delivery schedule 5) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price, delivery schedule, proven technical capabilities, and the factors set forth in paragraph (a). An award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and other related factors on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. Quotes are required to be received in the contracting office no later than 3:00 P.M. EST on Monday, July 18, 2011. Reference Request for Quotation (RFQ) Number NRMAC100-11-03287-GSB in your quotation. All quotes must be faxed or emailed to the attention of Gabrielle Berry. The fax number is (865) 576-7425 and email address is Gabrielle.Berry@noaa.gov. Required delivery is 6 - 8 weeks ARO. Delivery shall be F.O.B. Destination to the U.S. Department of Commerce, Atmospheric Turbulence and Diffusion Division, 456. S. Illinois Ave., Oak Ridge, TN 37830. If offering an equal product, provide sufficient technical/descriptive literature for technical evaluation. All responsible sources may submit an offer which shall be considered by the agency. Any questions regarding this solicitation should be directed to Gabrielle Berry, Business Administrator, (865) 576-7425, Gabrielle.Berry@noaa.gov. Any technical questions should be directed to Michael Black, Engineer, (865) 576-5623, M.D.Black@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NOAAOARARL/NRMAC100-11-03287-GSB/listing.html)
- Place of Performance
- Address: 456 S. Illinois Ave., Oak Ridge, Tennessee, 37831, United States
- Zip Code: 37831
- Zip Code: 37831
- Record
- SN02497255-W 20110715/110713234856-dbbd11abd2ef287e386a7a3648a19006 (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 |