Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 12, 2016 FBO #5194
SOLICITATION NOTICE

61 -- Portable Diesel Generator

Notice Date
2/10/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-16-Q-0014
 
Point of Contact
PNC, Fax: 410-942-8458
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: The scope of this project is for procurement of five (5) Portable Diesel Generator with no less than 7kW Output as an alternate backup power source to provide all electrical power needs to Maryland Army National Guard (MDARNG) Units. Purpose: Maryland Army National Guard proposes to enter into a Firm-fixed Price contract for five (5) Diesel generators. MDARNG requires a portable diesel generator capability that can be used to rapidly deploy with the Tactical Operation Center (TOC) and the Army Logistical Operations Center (ALOC) to provide necessary back up power capabilities to operate both the TOC and ALOC in the event the primary trailer mounted generator fails. Synopsis: This is combined synopsis/solicitation for commercial items prepared in accordance with the format prescribe in the 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. Solicitation W912K6-16-Q-0014 is issued as a request for quotation (RFQ). The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide contract line item Number (CLIN): CLIN 0001 5 EA Diesel Generator IAW salient Characteristics listed below: 1. Must be a minimum 7kW (7kVA) and a maximum of 11kw (11kVA) 2. 60 Hertz, Single Phase 120V and 240V twist lock capability minimum of 30 Amp capability 3. Grounding connection 4. Brushless generator 5. Automatic cut off for low oil pressure and high temperature. 6. Illuminated instrument panel 7. All weather operation 8. Electric start with internal battery charging 9. Single point lift capability 10. Emergency stop switch or button 11. Fuel/water filter 12. Diesel fuel tank with a minimum of five gallon capacity 13. Easy maintenance design 14. Maximum dimensions: 48" long by 28" wide by 30" in height 15. Weight not to exceed 600 pounds empty 16. Sound decibels not to exceed 65 db.(A) at 23 feet 17. Pure Sine Wave needed to support electronic equipment 18. Generator/Engine New warranty parts and labor for 24 months from date of purchase or 2000 hours Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in the lowest total price for the purchase. The North American Industry Classification System (NAICS) is 335312, Motor and Generator Manufacturing. The small business size standard is 1000 employees, and will be a competed action, 100% small business set-aside. Destination: Shipping will be FOB Destination to: 58th Troop Command Adelphi Readiness Center 2600 Power Mill Rd. Adelphi, MD 20783 Period: Items to be On-site NLT 01 April 2016 Notes: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf Applicable Clauses/Regulations: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ 52.204-7, System for Award Management. 52.204-13, System for Award Management Maintenance. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest after Award. 52.233-4, Applicable law for Breach of Contract Claim. 52.219-6, Notice of Total Small Business Set-Aside 52.219-13, Notice of Set-Aside Orders 52.219-28, Post Award Small Business Program Representation. 52.204-10, Reporting Executive Compensation on First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Representation. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer 52.225-18, Place of Manufacture 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.225-7001, Buy American and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea Full text of FAR Clauses may be accessed electronically at http:/www.acqnet.gov/far. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to Maryland Army National Guard, USP&FO for Maryland, 301 Old Bay Lane, Havre de Grace, Maryland 21078, via email no later than Friday, 11 March 2016 4:00 PM, Eastern Standard Time. All inquiries must be email to ng.md.mdarng.list.uspfo-arpc@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-16-Q-0014/listing.html)
 
Place of Performance
Address: 58th Troop Command, Adelphi Readiness Center, 2600 Power Mill Rd., Adelphi, Maryland, 20783, United States
Zip Code: 20783
 
Record
SN04016401-W 20160212/160210234548-fc49b57e8329f2b52fd8d240597375b8 (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.