Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2016 FBO #5383
SOLICITATION NOTICE

59 -- National Training Center-Instrumentation System (NTC-IS) Power Elements Phase III - Statement of Work (SOW) - CDRL Report

Notice Date
8/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-16-T-0017
 
Archive Date
10/1/2016
 
Point of Contact
Shonna Ayers, Phone: 4072083336
 
E-Mail Address
shonna.l.ayers.civ@mail.mil
(shonna.l.ayers.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL Report Statement of Work (SOW) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION (i) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is W900KK-16-T-0017 and is issued as a request for quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. (iv) This solicitation is issued as unrestricted: no set-aside. The NAICS code is 335312 and the Small Business size standard is 1000. (v) Quotations are requested for the following CLINs, quantities: CLIN 0001, 18.2KW PRIME (20KW STANDBY) DIESEL GENERATOR SET, 3 PHASE 120V/208 60HZ DIESEL WITH 330 GALLON SUB-BASE FUEL TANK, 2 EA, FFP, FOB Destination 12 Months Delivery ADC CLIN 0002, AUTOMATIC TRANSFER SWITCH, 225 AMPS, 208 VOLTS, FREQUENCY: 60 HZ, POLES: 3, APPLICATION: GENSET TO GENSET, 1 EA, FFP, FOB Destination 12 Months Delivery ADC CLIN 0003, 54 KW PRIME (60 KW STANDBY) DIESEL GENERATOR SET, 3 PHASE 120V/208 60HZ DIESEL WITH 500 GALLON SUB-BASE FUEL TANK, 2 EA, FFP, FOB Destination 12 Months Delivery ADC CLIN 0004, AUTOMATIC TRANSFER SWITCH 225 AMPS; 480 VOLTS; 3 POLE, FREQUENCY 60 HZ, APPLICATION: GENSET TO GENSET 1 EACH, FFP, FOB Destination 12 Months Delivery ADC CLIN 0005, 35 KW PRIME, (40 KW STANDBY) DIESEL GENERATOR SET, 120V/240 60HZ DIESEL WITH 1000 GALLON SUB-BASE FUEL TANKS, 2 EACH, FFP, FOB Destination 12 Months Delivery ADC CLIN 0006, AUTOMATIC TRANSFER SWITCH, 100 AMPS, 208 VOLTS, FREQUENCY 60 HZ, 3 PHASE, APPLICATION: GENSET TO GENSET, 1 EACH, FFP, FOB Destination 12 Months Delivery ADC CLIN 0007, UNINTERRUPTABLE POWER SUPPLY, 30KVA UPS; INPUT VOLTAGE RANGE: 208/120 V (AC), 220/127 V (AC) +15, -20%, INPUT FREQUENCY: 45 - 65 HZ; OUTPUT VA RATING: 30000 VA, OUTPUT VOLTAGE: 208/120, 220/120 V (AC) + / - 1% STATIC; + / - 4% DYNAMIC WITH 100% STEP LOAD RECOVERY WITHIN 1 MS RESPONSE TIME, OUTPUT WATTS: 27000 WATTS, 2 Each, FFP, FOB Destination 12 Months Delivery ADC CLIN 0008, TRAVEL AND LABOR OF CLINS 0001 THROUGH 0007 FFP, 12 Month POP ADC CLIN 0009, CONTRACT DATA REQUIREMENTS LIST, NSP, 12 Month POP ADC CLIN 0010, CMRA, NSP, 12 Month POP ADC (vi) Description of the Requirement: SEE ATTACHED STATEMENT OF WORK (SOW) (vii) The period of performance is twelve (12) months from Contract Award Date. Delivery/Installation will occur at the National Training Center, Fort Irwin, CA. (viii) Contract Clause 52.215-1, Instructions to Offerors- Commercial Items, is applicable to this solicitation. (ix) Contract Clause 52.212-2 is not applicable to this acquisition. The Government will make a contract award to the lowest priced responsible offeror, whom has conformed to the solicitation requirements. (x) Offeror's shall submit a completed copy of provision 52.212-3 with its quotation. A copy is provided as an attached and can be viewed at http://farsite.hill.af.mil. (xi) Contract Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Contract Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes or executive Order-Commercial Items (Deviation 2013-O0019) (xiii) Contract Clause 252.211-7003, Item Unique Identification and Valuation. (xiv) Contract Clause 252.246-7005, Notice of Warranty Tracking of Serialized items -(Must be submitted with quote) (xv) Contract Clause 252.246-7006, Warranty Tracking of Serialized Items. (xvi) PGI 246.710-70, Warranty Attachments (xvii) CMRA additional information: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall verify information input by the Government and completely fill in all other required fields in the reporting system using the following web address: https://cmra.army.mil/. The required information includes but is not limited to: (1) Contracting Organization, Contracting Officer, Contracting Officer's Technical Representative (COR/COTR) (2) Contract number, including task and delivery order number; (3) Fiscal year covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Direct labor hours (including Subcontractors) (6) Direct labor dollars paid this reporting period (including Subcontractors) (7) Total invoiced amount (including Subcontractors) (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each Subcontractor if different) (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; and (10) Locations where Contractor and Subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. FOB: Destination (xviii) Quotations are due not later than 5:00 p.m. EST on September 16, 2016. Please send your quote via email to Contract Specialist, Ms. Shonna L. Ayers at shonna.l.ayers.civ@mail.mil with subject line quote mark W900KK-16-T-0017, Power Elements Quote. Attachments in Microsoft Office and pdf files are acceptable. Late submissions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/762a10a39ffe6d0badbe945f48684f1c)
 
Place of Performance
Address: U.S. Army Contracting Command (ACC) - Orlando, ACC-ORL-OPA, 12211 Science Drive, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN04227741-W 20160819/160817234727-762a10a39ffe6d0badbe945f48684f1c (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.