Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

61 -- 19kw propane generator, North Cascades NPS Complex, Hozomeen WA

Notice Date
9/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
National Park ServiceNorth Cascades NPS Complex810 State Route 20Sedro-WoolleyWA98284US
 
ZIP Code
00000
 
Solicitation Number
P14PS02677
 
Response Due
9/16/2014
 
Archive Date
10/16/2014
 
Point of Contact
Sarah Welch
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) 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 Request for Quotations (RFQ) and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-76. This Request for Quotations has been made available through www.FBO.gov to comply with the Small Business Act (15 U.S.C. 637(e)) and the Office of Federal Procurement Policy Act (41 U.S.C. 416), that requires contracting officers to disseminate information on proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000. This action is set-aside for small businesses, NAICS 335312 (Motor and Generator Manufacturing), with a small business size standard of 1,000 employees. A Wholesale Trade or Retail Trade business concern submitting a quote is categorized as a nonmanufacturer and deemed small if it has 500 or fewer employees and meets the requirements of 13 CFR 121.406. The National Park Service (NPS) encourages the participation of disadvantaged and women-owned businesses. The Government intends to issue a firm-fixed price contract to the responsible quoter whose total quote is the most advantageous for the Government, price and other factors considered. We reserve the right to cancel this Request for Quotations. BACKGROUND: The generator will ultimately be installed at Hozomeen in the Ross Lake National Recreation Area, Washington, at the NPS maintenance facility. The operation relies upon a power supply system that uses electricity produced by a roof-mounted, 16 KW off-grid photovoltaic panel system that charge a 48 VDC battery bank. The battery bank then supplies power to a set of inverters, which in turn provide 240 volt, split-phase AC electricity to two duplex housing units, a bunkhouse, and a maintenance building. Two power panels with AC enclosures have breakers that control input from a backup (25 KW Generac) liquid propane generator to the inverters, and can send power from either the battery bank or the backup generator out to the loads in the buildings. The generator bypass breakers allow a direct connection of the generator to all of the building loads, bypassing the inverters altogether, along with the ability for the generator to charge the battery bank. The generator is located within a locked room (approximately 10 x 10 x 10, with double door opening 6 wide by 6-8 tall). REQUIREMENTS: Item 1: Generator, FOB Destination (Marblemount WA 98267). Provide a replacement backup generator set for the 16 KW off-grid photovoltaic system: Sentry-Pro Power Systems Model SP-200-1-1 by Gillette Generators, Inc. (19 KW) or equivalent. Salient physical, functional, and performance characteristics that a proposed equivalent unit must meet are: Provide functionality similar to existing generator set, given current system configuration 19/20 KW 120/240 VAC, single phase, 60 HZ output UL-1446 and UL-2200 certified Liquid Propane Liquid (LPL) fuel system (vapor-fueled systems are not acceptable) Liquid-cooled engine Isochronous frequency regulation using electronic engine governor Digital control system with auto-start functionality and engine shutdown functionality Engine starting battery Length of longest dimension must be less than 70 inches (to fit into generator room) Capable of charging a DC battery bank through the inverters or bypassing the inverters for direct connection to AC building loads Made in USA Contractor shall deliver the generator to 7280 Ranger Station Road, Marblemount, WA 98267 between April 1 and 28, 2015. (The deferred delivery date is because Hozomeen is typically not accessible by road between November and May, and the NPS does not have sufficient storage facilities in Marblemount to store the generator throughout the winter and spring.) NPS will transport the generator to the NPS facilities in Hozomeen in May 2015, and perform all work necessary to connect the back-up generator to the existing photovoltaic system, including removing and disposing of the existing Generac generator. Item 2: Field start-up, testing, training, and O&M manuals (Hozomeen WA) In May or June, 2015, the Contractor shall send a Gillette-authorized service dealer representative (ASDR) to perform field start-up and testing, as well as provide brief instruction to NPS personnel in operation, adjustment, and maintenance of the generator and associated control system. The exact date shall be coordinated with the NPS and will not occur until after the NPS has installed the new generator. The ASDR shall perform the Gillette start-up inspection procedure, complete their checklist, and return it to Gillette to comply with the warranty. If submitting an approved equivalent manufacturer and model, comply with the pirit of these requirements in accordance with the offered manufacturers requirements for start-up inspection and warranty. The Contractor shall provide their own transportation to Hozomeen. Hozomeen can be accessed by automobile via the approximately 40-mile gravel Silver/Skagit Road from Highway 1 (Exit 168), near Hope, British Columbia, Canada, or by boat from Ross Dam in Washington State. A concession operation provides boat transportation between Ross Dam and Hozomeen (www.RossLakeResort.com). Confirm border-crossing requirements before planning on travel through Canada. Information about the park is at www.nps.gov/noca. Furnish three (3) bound copies of Operation & Maintenance (O&M) data, including warranty certificates during site visit. INSPECTION, ACCEPTANCE, AND PAYMENT NPS will perform an external inspection and provisionally accept the generator at Marblemount WA. Full inspection and acceptance will occur after installation at Hozomeen and successful field start-up and testing by the factory-certified representative. The vendor may submit an invoice for Item 1 after delivery and provisional acceptance at Marblemount; and for Item 2 after on-site work is complete and O&M manuals have been received. Payment will be by MasterCard or electronic funds transfer (EFT) to the bank account identified in the vendors SAM record, as selected by the vendor in their quote. Payment by EFT requires the vendor to post their invoice(s) electronically at www.IPP.gov. Terms are net 30 days, unless a prompt payment discount is quoted and accepted. PRICE SCHEDULE Submit price quote for all items, as described above, noting any discounts or special pricing. Note that this purchase is for the federal government and is exempt from state sales tax (#140001849). Item 1: Generator, FOB Destination (Marblemount WA 98267). 1 lump sum. Include make and model. Item 2: Field start-up, testing, training, and O&M manuals. 1 lump sum. Include all transportation costs to/from Hozomeen WA. EVALUATION FACTORS All eligible responsible sources may submit a quote which shall be considered by the agency, however offerors who have not completed the requirements stated above by offer due date and time will be considered either ineligible or non-responsive and will not be considered for award. Quotes received by the Government will be evaluated according to the following criteria and using the Simplified Acquisition Procedures in FAR Part 13. NPS will select the single quote that represents the best overall value to the government. Refer to FAR clause 52.212-2. 1)PRICE. 2)TECHNICAL: How well the product matches the stated requirements. 3)PAST PERFORMANCE. Based on product reviews for offered make and model. INSTRUCTIONS TO QUOTERS (see also FAR clause 52.212-1) The deadline for receipt of quotes is September 16, 2014, at 11:00 am. The official combined synopsis/solicitation is posted at www.FedConnect.net and www.FBO.gov (search for P14PS02672). Amendments to the solicitation will be posted in the same manner and same place as the solicitation; it is your responsibility to monitor the websites. Questions regarding this solicitation should be submitted in writing to sarah_welch@nps.gov. Answers will be provided in writing to the requester (if the answer is within the RFQ already) or provided in amendment(s) to the solicitation. Clarifications may be asked by phone (360-854-7220). QUOTE CONTENTS Quotes may be submitted on letterhead or the Standard Form 1449, and must include, at a minimum: 1)Completed price schedule for Items 1, 2, and total; 2)Prompt payment discount, if applicable; 3)Contractor remittance address and DUNS number; 4)Name, phone number, e-mail, and mailing address of your point of contact; 5)A statement that SAM registration and representations are complete and current; 6)Indication or your preferred payment method (MasterCard, or electronic funds transfer to the bank account identified in your SAM record); 7)Signature of official authorized to bind your organization; and 8)The submittals identified below. [Note that incomplete quotes may be found technically unacceptable and disqualified from further consideration, particularly if the Contractor does not include the items listed below and the government is therefore unable to perform a meaningful evaluation of the quote.] Make and model of generator. Manufacturers cut sheet showing generator specifications, including dimensions and weight. If quoting an equivalent, ensure that the cut sheet includes specifications for all salient characteristics listed above. Name and location of Gillette-authorized service dealer representative (ASDR) who will perform field testing. Warranty details. CLAUSES Quoters must review and comply with the provisions and clauses listed below. Those clauses incorporated by reference can be viewed at www.acquisition.gov/far. 1)FAR 52.212-1, Instructions to Offerors - Commercial Items; 2)FAR 52.212-2, Evaluation - Commercial Items (technical and past performance factors, when combined, are less important than price); 3)FAR 52.212-3, Offeror Representations and Certifications Commercial Items (must be completed at www.SAM.gov); 4)FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 5)FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with all paragraph (a) clauses incorporated; paragraph (b) clauses indicated by number 8, 10, 14, 25, 29, 30, 31, 32, 33, 40, 42, 43, 46, 52, and 54; and paragraph (e) clauses incorporated as applicable. 6)NPS local clause: Electronic Invoicing And Payment Requirements - Internet Payment Platform (IPP) (April 2013). Payment requests must be submitted electronically through the U.S. Department of the Treasury's Internet Payment Platform System (IPP; https://www.ipp.gov) unless the contractor elects payment by MasterCard. "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions- Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Vendors standard invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in www.SAM.gov record) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) prior to contract award or no later than 3 - 5 business days after the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. FREQUENTLY ASKED QUESTIONS Q1: Can I fax or e-mail my quote? A1: Yes, if it is <10 pages to print and contains a signature; e-mail is preferred. The quoter bears full responsibility for on-time delivery of the quote to the Contracting Officer; there will be no relief given for undeliverable e-mails or faxes that aren't received in time. Scan and submit your quote by e-mail (preferred) to sarah_welch@nps.gov or by fax to 360-856-1934 (Attn: Sarah Welch) or mail it to U.S. Department of the Interior, North Cascades NPS Complex, Attn: Sarah Welch, 810 State Route 20, Sedro-Woolley WA 98284. Q2: Do I have to register in SAM if I elect payment by MasterCard? A2: Yes. Regardless of payment method and prior to submission of a quote, you must: 1) Maintain a current record in the System for Award Management database (www.SAM.gov); and 2) Have completed the online submission of annual representations and certifications (www.SAM.gov). Q3: Can I submit a quote through the electronic commerce website where the RFQ is posted? A3: We prefer not, as there have been glitches in the past with quotes not being received by the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P14PS02677/listing.html)
 
Record
SN03500548-W 20140910/140909022341-8df66da98bdabdfeb9f1eca64f0d3c44 (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.