Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOURCES SOUGHT

30 -- 55-60 kW Generator Set - Sources Sought

Notice Date
8/19/2016
 
Notice Type
Sources Sought
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-16-Q-B321
 
Point of Contact
Quanisha N. Barkley, Phone: 3214946287
 
E-Mail Address
quanisha.barkley@us.af.mil
(quanisha.barkley@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Generator Sources Sought SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and/or quote and is not to be construed as a commitment by the Government. The Request for Quotation (RFQ) number is FA2521-16-Q-B321 shall be used to reference any written responses to this source sought. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 335312. The size standard for NAICS is 1250. The requirement is to provide one trailer mounted diesel generator (min 55kW max 60kW) set to be used as an emergency generator. GSA SIN/MAS 383 2 Salient Characteristics: Trailer Mounted, Diesel Generato r (min 55kW/max 60kW) : Generator: 55-60kW, 60Hz, 1 20/208 vo l ts AC and 27 7 /480 volts AC, from a 3 phase, 4 w i re alternator ( 1 2 l eads). Voltage switchable, us i ng a three position, l ockable, rotary selector switch mounted onto the generator set. (NOTE: Internal, reconnectable l eads design alternator does not meet this requirement.) Generator needs both 208 volts AC ci rcuit breaker and 480 v o l ts AC circuit breake r. Power output connections need to be both Camlock style (color coded) and bus bar connections. Circuit breaker n ee d s to be "Adjustable trip main li n e circuit breaker" style. Exciter/regulator- PMG. El ectronic engine governor and voltage regulato r. Control Panel: Automatic, manual and remot e-sta rt capable. Externally mounted, recessed emergency stop switc h, emergency shut down protection devices and alarm systems. Duplex receptacles (two 120 volt ac, 15 amp) and twist l o c k receptacles (three 240 volt s, 5O amp). Full dig i tal contro l s and alarm s, digital meters monitoring (AC output, AC voltage, AC amps, KW output, DC battery voltage, engi ne hours, engine coolant temperature, engine oil pressure, battery voltage and fuel levels). Eng i n e: D i esel fueled, 1 800rpm (EPA tier 4 emissions com p liant). Lockable battery disconnect switch. Sub base, double walled, vented fuel tank, with fuel level gauge and lockable fuel cap, capacity for at least e i ght hours run at full ( 1 0 0 % ) l oa d. Heavy duty a i r cleaner, with restr i ct i on i nd i c ator. Eng i ne coolant heater ( 1 20 volt AC). Exhaust muffler mounted. On-board battery charger and battery di sconnect switch. Engine must have hi nged rain cap on top of exhaust system. Engine enclosure housing : Weather proof enclosure with lockable doors, durable sound- attenuating housing with quite operation. Stainless steel hi nges with lockable latches on doors. Tra i ler: Adjustab l e Pint l e hook (Lunette eye ), h i ghway tow i ng with l eveling jack stands. Electr i c brake system with battery back-up breakaway system. Depa rtm en t of Transportation compliant per current specifications. Runn i ng lights with 7 w i re har n ess and connector. Front tongue jack and rear stab i l izer jacks. Weight bearing fenders up to 500lbs. Manuals : Operation, installation, mai ntenance, trouble shooting and illustrated parts break down manuals with part numbers, wiri ng diagrams and schematics. 45 CONS is interested in any size business that is capable of meeting this requirement. The government is also interested in all small businesses including (8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision." As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Commodity Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable). Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil or quanisha.barkley@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-16-Q-B321,1201 Edward H. White II Street, Bldg. 423, Room N203, Patrick AFB, FL 32925-3238; or by Fax to 321-494- 6287. RESPONSES ARE DUE NO LATER THAN 25 Aug 2016, 3:00pm, EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-16-Q-B321/listing.html)
 
Record
SN04232917-W 20160821/160819235356-83b05808cdc5b73d540b86a3d1223d36 (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.