SOLICITATION NOTICE
61 -- GENERATOR SETS, DIESEL, SINGLE PHASE, STANDBY POWER RATING
- Notice Date
- 2/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- 149 FW, 1493 Billy Mitchell Blvd, Lackland AFB, TX 78236-0123
- ZIP Code
- 78236-0123
- Solicitation Number
- W912L1-04-T-5007
- Response Due
- 2/20/2004
- Archive Date
- 4/20/2004
- Point of Contact
- Michael Beltran, 210-925-7200
- E-Mail Address
-
Email your questions to 149 FW
(michael.beltran@txkell.ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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. Proposals are being requested and a written solicitation will be issued upon an e-mail request. Solicitation is issued as a Request for Quotation (RFQ). The reference number is W912L1-04-T-5007. The NAICS code is 333611. The size standard is 1,000 employees. The contractor shall provide the following Brand Name or E qual To Items: CLIN 0001: MFG: GENERAC, Diesel Generator Sets, Model SD150, Liquid Cooled Diesel Engine, Standby Power Rating: 150 KW 60 Hz; 150 KVA 50 Hz, Single Phase 120/240V, 1.0 pf, Four-pole, revolving field type, must also include Remote Annunciator - NFPA-100 Alarm Mod, Engine Specifications: GENERAC - 7.5 DMTA. CLIN 0002: Automatic Transfer Switch, MFG: GENERAC, 600- 1000 Amp, 600 VAC, CLIN 0003: Installation to include: Connect generators to existing service, supply conduit and wire for generator feeder, extend existing conduits as needed, verify all voltages for new equipment, start up and test. SPECIAL REMARKS: Offerors must provide the government the nearest service location/dealer in the San Antonio, TX area. Delivery shall be 60 days from awa rd date and FOB destination. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this acquisition. Award will be made to responsible offeror based on lowest price that meets the above technical data. Offerors shall i nclude with their quotes a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Exec utive Orders-Commercial Items, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.233-3, Protest After Award, 52.247-34, FOB Destination, and DFARS 252.204-7004, Required Central Contractor Registration, 252.212-7001, Contr act Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.246-7000, Material Inspection and Receiving Report, are applicable to the acquisition. The full text of these provisions a nd clauses may be accessed electronically at this address: http://FARSITE.HILL.AF.MIL.VFFARA.HTML. Responses to this RFQ must be received via e-mail or mailed by 20 Feb 04, NLT 10:00 AM Central Standard Time at the 149 Mission Support Group Contracting Off ice, 1493 Billy Mitchell Blvd., Bldg 968, Lackland AFB, TX, 78236 -0123. **SPECIAL REMARKS**Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award.
- Place of Performance
- Address: 149 FW 1493 Billy Mitchell Blvd, Lackland AFB TX
- Zip Code: 78236-0123
- Country: US
- Zip Code: 78236-0123
- Record
- SN00514931-W 20040205/040203212245 (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 |