MODIFICATION
30 -- Wind Turbines
- Notice Date
- 8/16/2011
- Notice Type
- Modification/Amendment
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3Z3451199A002
- Archive Date
- 9/17/2011
- Point of Contact
- Joseph D. Holt, Phone: 7074247743, Asim W. Siddiqui, Phone: 7074247738
- E-Mail Address
-
joseph.holt@us.af.mil, asim.siddiqui@us.af.mil
(joseph.holt@us.af.mil, asim.siddiqui@us.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is a small business set aside since it has been determined that a small business can provide the necessary requirements. The solicitation number is F3Z3451199A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 5 Jul 2011; Defense DCN 20110725 effective 25 July 2011, and AFAC 2011-0714 effective 14 July 2011. This acquisition is a small business set aside. The North American Industry Classification System (NAICS) code is 333611. The business size standard is 1000 employees. The Federal Supply Class (FSC) is 3040. The Standard Industrial Classification (SIC) is 3511. Travis AFB has a requirement for 1.2 kW vertical axis wind turbines in accordance with the below specifications. Sources of original parts or components must be provided with the solicitation. PART 1 - GENERAL 1.1 SCOPE A. Provide two (2) 1.2 kW vertical axis wind turbines with base poles and inverters for Building 2037. Install on turbines on the ground approximately 75 feet from the west side of the building. Run wiring from turbines to connect to Building 2037 to tie into the grid. If a company can provide ONE vertical axis wind turbine with equivocal power output and meets all of the specifications we will consider it as well. B. The price shall include submittal approval, design, manufacture, delivery, and installation of the equipment to the within 12 weeks of award. Installation must be completed by qualified and licensed contractors. 1.2 SUBMITTALS A. Submit the following data in electronic format or one set of paper documents for approval prior to shipping the equipment. 1. Certifications a. Provide evidence that the vertical axis wind turbine components meet the requirements of this specification. b. Certificate letter documenting the UL certification of the inverter, generator, and electrical components. c. Documentation of minimum 5 years manufacturer's warranty 2. Qualifications: Information showing compliance. 3. Product Data: Submit product literature with clear annotations to indicate specified salient features and performance criteria. 4. Shop Drawings: Scaled drawing(s) showing dimensions for turbine and supports. 5. Performance Data a. Submit graph of test data showing power output at wind speeds from 3 mps to 20 mps. b. Submit noise test data. 6. Operation and Maintenance Manual: Provide a complete manufacturer's written installation, operation and maintenance manual for each type of installed equipment. Clearly annotate the manual to indicate applicable information for the specific equipment model(s) 7. Ensure compliance with all requirements outlined in the attached AF 813 and AF 332. 1.3 QUALIFICATIONS A. Performance: International Electrotechnical Commission 1. IEC 61400-2 Ed. 1.0: Safety of Small Wind Turbine Systems 2. IEC 61400-2 Ed. 2.0: Design Requirements of Small Wind Turbine Systems 3. IEC 61400-2 Ed. 3.0: Requirements of Small Wind Turbine Systems 4. IEC 61400-11 Ed. 2.0: Acoustic Noise Measurement Techniques B. Manufacturer shall support California installations of the equipment. C. Equipment shall be successfully tested and operated for at least two years in locations with climate similar to Fairfield, CA. Contractor shall utilize publicly available weather and wind data to ensure turbine compatibility with Fairfield climate. PART 2 - PRODUCTS 2.1 WIND TURBINE A. Technical Data 1. Annual Energy Production (AEP) @ 12 mph: 2000kWh Minimum 2. Instantaneous Power Rating (IPR): 1.2 kW Minimum 3. Maximum Power at 30 mph: 1.6 kW Minimum 4. Noise Level: 6 dB above ambient (15 mph @ 6 ft from base) Minimum 5. Survival Wind Speed: 105 mph Minimum 7. IPR Rated Winds Speed: 25 mph Minimum B. Vertical Wind Turbine 1. Standard Unit Height: 30 ft Maximum 2. Rotor Type: Vertical-Axis 3. Rotor Material: Aircraft Grade Aluminum or higher quality 4. Rotor Height/Diameter: 20ft/4ft (if submitting for one turbine diameter can be up to 6ft) 5. Swept Area: 80 sf Max 6. Max Rotor Speed: 400 RPM Min 7. Speed Control: Electronic stall regulation with redundant relay switch control 8. Generator: High Efficiency Brushless Permanent Magnet or Equivalent 9. Inverter: Inverter custom integrated grid tie (120 VAC 60 Hz), Must meet IEEE 10. Monopole: High Grade Steel with corrosion-resistance industrial grade paint 11. Foundation: Poured concrete 12. Performance Monitor: Integrated wireless modem to synchronize the generators with the grid and allow remote Wi-Fi monitoring. Built-in Automatic Transfer Switch to shut down the unit in case of grid failure. E. Warranty: All components with minimum five-year manufacturer's warranty. Qty: 2 Ea (or 1 Ea that will match the power of two 1.2kW with the above specs) Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 24 Aug 2011 1600PST. The site visit is Scheduled for Thursday 25 Aug 2011 at 0900 local time (pacific). Contractors are to meet at Cypress Lakes golf course parking lot at 0845 local time to proceed to the site and will begin promptly at 0900 HRs local. No other site visits are scheduled at this time. A base pass is not necessary as transportation will all be off-base. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. FAR 52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.233-3Protest after Award FAR 52.233-4Applicable Law for Breach of Contracts FAR 52.222-50 Combating Trafficking in Persons FAR 252.204-7003 Control of Government Personnel Work Products FAR 252.232-7010 Levies on Contract Payments FAR 252.232-7003 Electronic Submission of Payment Requests D FARS 252.247-7023 (Alt III) Transportation of Supplies by Sea FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirements IAW SOW; (ii) price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) (December 2008). FAR 52.219-6 Notice of Total SB Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III (May 2002). FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil (February 1998). FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2 (April 1984). DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to joseph.holt@us.af.mil or fax to 707-424-5189 NO LATER THAN 31 August 2011, 09:00 PM, PST and offers NO LATER THAN 2 September 2011, 11:00 AM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is A1C Joseph Holt, Contract Specialist, telephone 707-424-7743. Alternate POC is TSgt Asim Siddiqui, Contracting Officer, telephone 707-424-7738. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-08-04 18:04:55">Aug 04, 2011 6:04 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-08-16 19:08:57">Aug 16, 2011 7:08 pm Track Changes
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3451199A002/listing.html)
- Place of Performance
- Address: 5601 Meridian Road, Bldg 2037, Fairfield, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02535501-W 20110818/110816235006-fe02700567eaffa78186d2cf75e3406b (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 |