Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2003 FBO #0483
SOLICITATION NOTICE

30 -- Procurement of a Qty of 2 600Kw, Diesel Generators

Notice Date
3/26/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2500 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-04-03-RP-72135
 
Archive Date
3/25/2004
 
Point of Contact
Shanda Georg Business Specialist 7037871758 Shanda.Georg@mms.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared under FAR Part 13.5 - Test Program for Certain Commercial Items, and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This requirement is being issued by GovWorks under the Department of the Interior Franchise Fund on behalf of Pearl Harbor Naval Shipyard & IMF. This acquisition will be issued as a Firm Fixed Price purchase order. All deliveries under this contract will be FOB Destination. Commercial items FAR clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, apply to this solicitation, and may be downloaded from http://farsite.hill.af.mil. GovWorks Procurement will handle the solicitation, and resultant contract administration as well as payment of invoices. GovWorks is a Federal Franchise Fund Contracting Office under the authority of the Government Management Reform Act and provides contracting support to all Federal and DoD Agencies. The successful Offeror will be required to complete electronic banking information for electronic payments. All responsible and responsive offers will be considered. All questions concerning this RFQ must be received by April 1, at 11 AM (EASTERN STANDARD TIME) via email to: Shanda.georg@mms.gov. Questions received after the deadline of April 1 will not be accepted. Technical and Cost proposal are due via email no later than April 11, 2 PM (EASTERN STANDARD TIME) to: shanda.georg@mms.gov. No phone calls concerning this acquisition will be accepted. All inquiries must be via email, and all questions and responses will be posted to the fedbizopps website as an amendment to the original announcement. 4.0 DESCRIPTIONS AND SPECIFICATIONS: Procurement of a quantity of two 600kw, 480/277 vac, 3-phase, 60 hz diesel generator sets (indoor type), one UL 550 gallon above ground fuel tank with fill capability and access ladder, two automatic transfer switch, 1000 amp, 3-pole, 480/277 vac, 60 Hz, nema 1 enclosure, (2) sets of operation/maintenance and parts manuals, and startup services (including lube oil/coolant and operator training). Generators are required for emergency drydock, pumps backup power. Generator shall have hydra-mechanical governor, electronic modular control panel with NFPA 110 alarm module-English display, space heaters for generator windings, jacket water coolant heater, unit mounted automatic dual rate battery charger (10 amp), 1200 amp, 3-pole unit mounted circuit breaker (80% rating)-bottom entry, dial element air cleaners, manual sump pump for oil removal, 10" stainless steel exhaust flex with hardware, 10" silencer with associated hardware and rain cap. Delivery shall be fob pearl harbor with all freight costs included. Warranty shall be 24 months parts and labor. Recommended source: caterpillar model 3412 diesel generator set or equal. Delivery time must be included in quote. Ship to Address: NSYIMF Pearl Harbor Naval Shipyard & IMF (N32253), Code 512 (808) 474-4138, 667 Safeguard Street, Bldg 167, / Pearl Harbor HI, 96860-5033 5.0 Inspection and Acceptance Criteria Final inspection and acceptance of all generator will be performed at the place of delivery by Pearl Harbor Naval Shipyard & IMF. 6.0 General Acceptance Criteria General quality measures as set forth below will be applied to each work product received from the contractor under this statement of work. Clarity Product shall be concise and meet all specific requirements. Consistency to Requirements The product must satisfy the requirements of this statement of work. Timeliness Product shall be delivered on or before the due date specified in this statement of work. 7.0 INVOICING: The contractor shall send all invoices directly to GovWorks at the address indicated below. Invoices are forwarded by GovWorks to the Government COTR for acceptance and approval. Invoices will be paid upon approval and acceptance by the Government COTR. 8.0 SOLICITATION INSTRUCTOINS: The following information MUST BE PROVIDED with your COST proposal submission: a. Tax identification number (TIN) b. Dun & Bradstreet Number (DUNS) c. Complete Business Mailing Address d. Contact Name e. Contact Phone f. Contact Fax number g. Contact email address ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this statement of work. If not noted in this section of your quote, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the offeror's quote. The offerors shall prepare a technical proposal that will define in detail the offeror's capabilities and approach to meeting the requirements. The narrative with the offeror's proposal must be written in a clear, concise fashion describing precisely what the offeror proposes to do to meet those requirements and relevant organizational experience. The offeror shall prepare a cost proposal that clearly indicates the proposed rates for the items listed in the DESCRIPTIONS AND SPECIFICATIONS. EVALUATION: Each offeror's proposal shall be evaluated according to the following factors: Factor A, B, C and D, are roughly equal to each other. A. TECHNICAL APPROACH / SPECIFICATIONS: 1) Understanding of the specifications and standards. B. Delivery Schedule - able to meet the specified delivery schedule as specified in the solicitation C. PAST PERFORMANCE: 1) The organization's history of successful completion of the products; history of producing high-quality products and a history of staying on schedule and within budget; 2) The quality of coordination and communication of individuals within your organization with the Government Representatives on past and current contracts; 3) The organization's specific experience in the manufacture of the required products. D. KEY PERSONNEL (example: Project Manager): 1) The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects is meant to convey similarity in products, dollar value, and complexity. E. PRICE CONTRACT AWARD: Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical, Delivery, Past Performance and Key Personnel evaluation factors are more important than cost; however, between proposals that are evaluated as technically equal, cost will become a major consideration in selecting the successful Offeror.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=86680)
 
Place of Performance
Address: Pearl Harbor Naval Shipyard Hawaii
Zip Code: 968605033
Country: USA
 
Record
SN00288475-W 20030328/030326213653 (fbodaily.com)
 
Source
FedBizOpps.gov 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.