SOLICITATION NOTICE
61 -- Small Light Weight Generator Sets. - Price Schedule
- Notice Date
- 4/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P3D10083A001
- Point of Contact
- Robert J. Walz, Phone: 210-652-9106, Vivian Fisher, Phone: 210 652-5171
- E-Mail Address
-
robert.walz@randolph.af.mil, vivian.fisher@randolph.af.mil
(robert.walz@randolph.af.mil, vivian.fisher@randolph.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Price Schedule The 902D Contracting Squadron at Randolph AFB, Texas has a requirement for sixteen (16) small light weight generator sets. See the specifications listed in the Description of Supplies. 1. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. This solicitation is issued as Request for Quotation (RFQ) number F3P3D10083A001 Note: This requirement previously advertised as a Sources Sought. This requirement is unrestricted. The government intends to award a firm-fixed price contract to the responsible offeror submitting the quote that provides the best value to the government. The clauses and incorporated provisions of this solicitation document are those in effect through Federal Acquisition Regulation; Federal Acquisition Circular 2005-40. The associated North American Industry Classification System Code (NAICS) is 335312; size standard 1,000 employees. 2. Description of Supplies: • 440 volt three phase 20 KW continuous duty skid mounted water-cooled diesel generator • 60HZ • Not to exceed 52 inches in length, 24 inches wide and 26 inches height • Completely self contained and as a minimum include fuel tank capable of four hours operation between servicing, 12 volt charging system that includes battery mounted to unit • Built in safety circuits with over coolant temperature and low oil pressure shutdowns • Include muffler with protective guards and dry type air cleaner • Two positions throttle control with warm up and regulated governed output positions capable of maintaining consistent output under varying load conditions. • Total unit weight including skid mounting not to exceed 1100 lbs • Generator meter panel generator mounted vibration isolation including AC meters volt, AMP and Hz with output master circuit breaker mounted in weather proof box securely attached to unit and capable of attaching output connection and wiring • Automatic voltage regulation • Self excitation generator • Each unit will include service manuals and repair and replacement parts catalogs • Two year all inclusive warranty. • Shipping costs included in quote. • Open unit no housing, self-contained requires no outside source of support, has battery and charging system and on board fuel supply, unit does not require additional equipment to operationally deploy. Desired Delivery is: 90 Days After Receipt of Order. Indicate proposed delivery in quote. Due to the unique nature of this project, the size, weight and portability are parameters that are not flexible. This unit must be rugged and durable its sole purpose is to provide a dependable source of power for off station repair of aircraft. The generators will be used in an aircraft/aviation environment. Any products proposed in response to this notice will be thoroughly evaluated to determine compliance with the attached specifications; therefore, submissions must include sufficient data (brochures, cutsheets, drawings, sketches, dimensions, product data, etc) to make the determination. Products submitted that do not clearly demonstrate compliance will not be considered. In the event the generators can be obtained under General Service Administration (GSA) contract, please indicate the GSA contract number. 3. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.203-3 - Gratuities, 52.203-6 -- Restrictions on Subcontractor Sales to the Government., 52.204-7 -- Central Contractor Registration, 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.219-4 -- Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-8 -- Utilization of Small Business Concerns, 52.219-14 -- Limitations on Subcontracting, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.233-3 -- Protest After Award, 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012 Preference for Certain Domestic Commodities, 252.243-7001 Pricing of Contract Modifications, and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 4. As the award will be made using Simplified Acquisition Procedures (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. The evaluation factor for this requirement is lowest price technically acceptable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. This is a competitive best value acquisition. Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will not be considered. 5. The Government reserves the right to award to other than the lowest price quote/offeror if the lowest price quote/offeror is determined to be technically unacceptable. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. Written quotes (see attached Price Schedule) must be received no later than 8 April 2010, 3:00 p.m. Central Standard Time and reference the solicitation listed above. Late quotes/offerors will not be considered. 6. Point of Contact: Robert (Joe) Walz, Contracting Specialist, Phone 210-652-5171, Fax 210-652-5135, Email: robert.walz@randolph.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3D10083A001/listing.html)
- Place of Performance
- Address: 902 FTW/MX, Randolph AFB, Texas, 78150-4525, Randolph AFB, Texas, 78150-4525, United States
- Zip Code: 78150-4525
- Zip Code: 78150-4525
- Record
- SN02112541-W 20100407/100405234624-cc332e6d585613fcee1a71c031f4ca8f (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 |