Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
MODIFICATION

23 -- Mobile Power Unit

Notice Date
9/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-16-Q-4010
 
Archive Date
10/1/2016
 
Point of Contact
Korena Jones, Phone: 8508837459
 
E-Mail Address
korena.jones@us.af.mil
(korena.jones@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, FL, intends to solicit and award a firm-fixed price contract as a result of this solicitation for one (1) Mobile Power Unit. Who Can Participate? This solicitation is issued restricted and competitively as a 100% small business set-aside to small businesses concerns authorized to provide the equipment required and certified as a small business concern under NAICS 335312. ffers not meeting this criteria will not be considered. System for Award Management (SAM) : Paragraph (k) of 52.212-1 is revised as follows: By submission of an offer/quotation, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to the date and time established for receipt of Quotations, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. Period of Acceptance of offers : Paragraph 52.212-1(c), Period for Acceptance of Quotations. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its quotation firm for 90 calendar days from the date specified for receipt of Quotations." **Notice to Offeror(s)/Supplier(s): Funds are not presently available for this contract. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.** This solicitation will not be awarded unless certified funding becomes available before September 30, 2016. Delivery Schedule. The delivery date must occur within 16 weeks of award date. *Note: The requested delivery date is not later than 16 weeks after receipt of contract/order. If you are unable to deliver within the requested 16 weeks, please provide an alternate delivery lead time as an inquiry not later than the closing date for submission of questions/inquires stated below. Questions/Inquiries: The contracting officer listed below is the Government's sole point of contact for this acquisition. If necessary, all questions, request for clarifications and/or information concerning this solicitation shall be received in writing by email at the following email addresses no later than close of business Wednesday, September 14, 2016 by 10:00 AM CST. The decision whether to respond to questions and requests for clarification made after Wednesday, September 14, 2016 by 10:00 AM CST will be at the sole discretion of the Contracting Officer. Questions received timely and subsequent answers will be posted to www.fbo.gov as an Amendment to the solicitation. Offerors are responsible for monitoring www.fbo.gov for updates. If no questions are submitted, the Government will assume that the offeror fully understands all requirements of the solicitation. Emails must be received by the Contracting Officer: Ms. Carrie Eastburn, carrie.eastburn@us.af.mil and Contract Specialist: Ms. Korena Jones, korena.jones@us.af.mil. Submission of offers: Electronic Submission of offers are required and shall be received via email. Offers shall be received in writing by the following: Contract Specialist, Ms. Korena Jones at korena.jones@us.af.mil and the Contracting Officer, Ms. Carrie Eastburn, carrie.eastburn@us.af.mil not later than Friday 11:00 AM CST, 16 September 2016. Offerors shall submit a clear and complete quotation, and include only information that is relevant to this acquisition. Offer Requirements. The following information at a minimum must be included in each offer: •1) The name, address, telephone number and email address of the offering firm's point of contact; •2) Technical. Offerors shall provide enough documentation to verify compliance with the required specifications/salient characteristics and comply with the requirements stated in the below FAR clause, 52.211-6 -- Brand Name or Equal as applicable. •3) Discount Terms (if applicable), and •4) Price. Offerors shall submit firm-fixed priced offer for the below Contract Line Item Number ( CLIN) 0001. Price shall include FOB Destination. Offerors shall provide both the unit price and extended amount (total price). CLIN 0001 (Mobile Power Unit) QTY UNIT Unit Price Extended Amount 1 Each $ $ Manufacturer: Team Fenex Model # F131KG Mobile Power Unit (Non air conditioned) IAW minimum requirements Brand Name or Equal in accordance with the below provided minimum salient characteristics. FOB: Destination 52.211-6 -- Brand Name or Equal As prescribed in 11.107 (a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. MOBILE POWER UNIT WITH THE FOLLOWING MINIMUM SALIENT CHARACTERSITICS: CLIN 0001: ALL BASE UNITS INCLUDE THE FOLLOWING STORAGE: IN FRAME STORAGE FOR: SUCTION HOSES, EXTENSION PLANKS, PLANK SUPPORTS. OUTSIDE STORAGE FOR: MANHOLE RING, MANHOLE GUARD SLIDE OUT STORAGE DRAWER FOR: SUBMERSIBLE WATER PUMP. SELF-STORAGE FOR: BLOWER HOSE. IN BODY STORAGE FOR: DISCHARGE WATER HOSES, CORDS, STRAINERS, ETC. BASE CONTROL BOX TO INCLUDE THE FOLLOWING: MAIN BREAKER, 3/EACH 120 VAC 20 AMP GFI DUPLEX RECEPTACLES WITH 20 AMP BREAKERS, 1-12VDC METER, 2-AMMETERS AC 0-75, 1-VOLTMETER AC 0-300, 1-FREQUENCY METER, 1-HOUR METER, 10 AMP 12 VDC CIRCUIT BREAKER, 1-220VAC GFI PROTECTED RECEPTACLE, START/STOP SWITCH, PANEL LIGHT. STANDARD COLORS: HIGHWAY SAFETY YELLOW_X___ GENERATOR POWER SYSTEM OPTIONS: QTY. DESCRIPTION ( X ) KUBOTA/MARATHON, 12 KW, SINGLE PHASE 120/240 VAC GASOLING FUELED (OR EQUIVALENT) GASOLINE AND DIESEL SYSTEMS (INCLUDES FUEL GAUGE) ( X ) FUEL INJECTED SYSTEM 40 GALS. (TWO 20 GAL. TANKS) ( 2 ) LOCKING GAS CAPS BRAKING AND TOWING OPTIONS STANDARD AXLE: 6000 LB. BEAM/ 3500 LBS. EZ-LUBE SPINDLES/ WHEEL 15", 5 LUGS ON 4 ½ CENTERS. ( X ) NO BRAKE SYSTEM WITH ADJUSTABLE 3" LUNETTE EYE. ( 2 ) SAFETY CHAIN ASY. 5/16 X 34" LONG WITH SAFETY HOOKS. ( X ) LANDING JACK WITH 36" STEM AND STEEL WHEEL. ( X ) TRAILER LIGHTS (PETERSON BRAND) VENTILATION/ HEATING/ COOLING SYSTEMS AND OPTIONS ( X ) BLOWER 2 SPEED WITH HOT WATER HEAT EXCHANGER. ( X ) BLOWER HOSE 8" X 25' ( NON-INSULATED ) COMPRESSED AIR SYSTEMS AND OPTIONS ( X ) DUAL 1 HP OILLESS, 6.7 C.F.M. @ 100 P.S.I. ( 125 PSI MAX. ) ( X ) AIR CONNECTOR (NO HOSE REEL) WATER PUMPING SYSTEMS AND HOSE OPTIONS ( X ) SUBMERSIBLE 110 VAC, 1.1 HP, 2" DISCHARGE, 90 GPM, 25 LBS. ( X ) HOSE DISCHARGE 2" X 25' WITH QUICK CONN. BOTH ENDS. SAFETY AND WORK LIGHTING OPTIONS ( X ) ONE FLOODLIGHT 500 WATT WITH MAGNETIC BASE AND 12' RECOIL TYPE CORD. ( X ) WORKLIGHT 36 WATT FLUORESCENT, WITH 25'CORD. ACCESSORIES OPTIONS ( X ) WHEEL CHOCK ASY. PAIR WITH STORAGE. ( RUBBER ) ( X ) JIB CRANE WITH STABILIZER, 500 LBS. LIMIT SWITCH WITH TOTAL REACH OF 72" WITH REMOTE 4) Exceptions to Terms and Conditions: Offerors shall identify and explain any exception, deviation, or assumption to the solicitation terms and conditions and provide accompanying rationale. Offerors are cautioned that it is not the Government's intent to incorporate the offeror's proposal in the resulting award. 5) Amendment Acknowledgement. The Government reserves the right to revise or amend the solicitation and attachments prior to the offer closing time. Such amendments will be issued electronically by email. If such amendments require material changes in quantities or prices, the offer closing date may be postponed by enough days to enable offerors to revise their quotations. In such cases, the amendment will include an announcement of the new closing date and time. The offeror MUST acknowledge all amendments issued. Sign, acknowledge, and submit the original amendment for all amendments issued with the offer. 6) Discrepancies. If an offeror believes that the requirements in these instructions contain an error, omission, or are otherwise unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as the remedies the offeror is asking the Contracting Officer to consider as related to the omission or error. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 7) Email Format: The subject line of all emails that comprise the quotation shall be formatted as follows: Subject: FA2823-16-Q-4010 /Company Name/Email X of X (insert number of the email and total number of emails). •(1) File Size. Individual emails shall not exceed 4MB in size. Offerors shall submit multiple emails as necessary to stay under the 4MB limit. Failure to stay under this limit may cause a rejection of the email. 8) Provisions/Clauses. The below listed clauses and provisions apply to this Solicitation. Clauses will be included in the resulting contract award either by reference or full text, as required. Offerors may review the full text version of any of the below provisions or clauses by visiting, http://farsite.hill.af.mil/. **PLEASE SEE ATTACHMENT TO REVIEW CLAUSES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/125a3ef7a78d3d90fb0a983f5667dd34)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04270824-W 20160916/160914234704-125a3ef7a78d3d90fb0a983f5667dd34 (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.