SOLICITATION NOTICE
61 -- Diesel Generator Sets
- Notice Date
- 9/4/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
- ZIP Code
- 84022-5000
- Solicitation Number
- W911S608T0073
- Response Due
- 9/11/2008
- Archive Date
- 11/10/2008
- Point of Contact
- Paul E. Frailey, 435-831-2587<br />
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is a combined synopsis/solicitation for commercial items and services prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: Diesel Generator Sets 0001 - Qty = (1) Generator, Diesel 350kW. Subject to the Availability of Funds (FAR 52.232-18). Brand Name or Equal to Cummins Powered with 650 gallon steel double walled fuel tank. Shall have sound attenuation enclosure using steel panels and locking doors on modular structural base frame. Shall include a hot ambient air extraction fan. Included Equipment: Generator engine and alternator on welded steel frame, skid mount platform, flexible fuel lines, oil drain cock. Analog/digital control panel with autostart, voltage and amperage readouts. Shall have % low coolant level shutdown, audible alarm on engine shutdown, electronic governor, residential muffler (enclosed models), industrial muffler (open models), exhaust pipe, spring isolators, 12 volt electric starter, air filter, radiator, blower fan and guards, battery box, battery cables, batteries, lube oil, anti-freeze, automatic shutdowns, 2 year 3000 warranty, owners manual and warranty. PLEASE BID HERE $___________________. 0002 Qty = (1) Automatic Transfer Switch, Brand name or equal to ASCO - 1000 amp 4 pole - 480 VOLT - 3 phase. Subject to the Availability of Funds (FAR 52.232-18). PLEASE BID HERE $_____________. 0003 Qty = (1) Charger, Brand Name or Equal to Charles Basic Electronic - 5 amp / 12 volt / 120 volt input / 60 Hz - for Lead Acid Batteries. Subject to the Availability of Funds (FAR 52.232-18). PLEASE BID HERE $ ___________. 0004 Qty = (1) Battery, Lead Acid 12 volt / 1000 cranking amps. Shall fit in Battery Box for 350 Kw Generator described in CLIN 0001. Subject to the Availability of Funds (FAR 52.232-18). PLEASE BID HERE $________________. 0005 Qty = (4) Brand Name or Equal to 200 kW Cummins Onan Model 200 DSHAC trailer Mounted Generator Set. Subject to the Availability of Funds (FAR 52.232-18). Three phase, diesel fueled, liquid cooled 1800 rpm, electric start, Tier 3, UL Listed. Minimum 130 gallon steel double wall steel sub base tank, battery cables, battery box, battery. Flex fuel connector, oil drain extension, lube oil and anti-freeze, Isochronous governor +/-.25%, digital control panel, automatic shutdowns, batteries, block heat, grounding rod, 480 Volt 300A breaker, 7,000 GVW Off road trailer. 2 Year 3000 hour warranty, 100% sound enclosed. PLEASE BID HERE $__________________. Contractor shall not submit bids to supply used or refurbished equipment. This entire solicitation and requirement is SUBJECT to the Availability of Funds as set forth in FAR 52.232-18. Contractors quote should be valid through September 30th, 2008. NOTE: Please include shipping in the unit cost. Quotes must show FOB DESTINATION. Also, down payments or partial payments will not be paid. Payments are net 30 upon inspection and acceptance. Please call or e-mail Contract Specialist Paul E. Frailey w/ all questions concerning this item @ 435-831-2587 paul.frailey@us.army.mil This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-07-T-0073. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 335312 w/ small business size standard of 500 employees applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.203-3 Gratuities (APR 1984)(10 U.S.C.2207); FAR 52.203-6; FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-6 (i), (ii), FAR 52.219-8; FAR 52.219-14, FAR 52-219-27; FAR 52.219-28; FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-35; FAR 52.222-50; FAR 52.225-13 FAR 52.232-33: and FAR 52-211-6 (Brand Name or Equal). The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.211-7003, DFARS 252.232-7010, DFARS 252.225-7001, DFARS 252.225-7012; DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.203-3, DFARS 252.225-7012, DFARS 252.227-7015, DFARS 252.227-7037, DFARS 227-7037, DFARS252.232-7003; DFARS 252.243-7002 ; DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Don Jarvis Bldg 5464, Dugway, Ut. 84022-5001), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Submission of Invoices; Contractor Access to DPG; OSHA Standards and Identification of Contractor Employees. All quotes must be e-mailed to Paul Frailey at paul.frailey@us.army.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Paul Frailey at paul.frailey@us.army.mil. Quotes are due no later than 10:00 am (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Thursday, September 11, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9f0696248f9624168255b29c9e3eb092&tab=core&_cview=1)
- Place of Performance
- Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
- Zip Code: 84022-5000<br />
- Zip Code: 84022-5000<br />
- Record
- SN01660245-W 20080906/080904222855-9f0696248f9624168255b29c9e3eb092 (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 |