Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
SOLICITATION NOTICE

30 -- Methanol Fuel Cell Generator - Technical Requirements

Notice Date
4/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/OAR/ARL/ATDD, 456 S. Illinois, Oak Ridge, Tennessee, 37830
 
ZIP Code
37830
 
Solicitation Number
NRMAC100-12-02401-GSB
 
Archive Date
5/24/2012
 
Point of Contact
Barbara G Shifflett, Phone: 8655760061, Gabrielle Berry, Phone: 865-576-7425
 
E-Mail Address
barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov
(barbara.shifflett@noaa.gov, Gabrielle.Berry@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Technical Requirements This is a combined solicitation/synopsis for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The U.S. Department of Commerce, NOAA/OAR/ARL/ATDD, has a requirement for two (2) methanol fuel cell generators equivalent to EFOY Pro 1600 manufactured by SFC of Germany (as specified below); four (4) M28 fuel cartridges; six (6) M28 adapter; and three (3) duo cartridge switch adapters. Requirements are as follow: • Operation in temperatures as low as -55°C.- Alaska's front range can experience temperatures as low as -60°C and as high as 30°C. • Produces 12 VDC nominal and at least 800 Watts per day- The USCRN AK stations are powered by a 12 VDC. The system requires a minimum of 288 Watts per day in optimum conditions. Adding a general efficiency factor and allowing for power drops due to the cold temperatures, the power system needs to produce a minimum of 800 Watts per day. • Lightweight (less than 500 lbs total plus fuel) and easy to install- The USCRN AK stations are in remote locations requiring transportation via small aircraft and manual lifting. A small and light power system is essential. A system that breaks down into components that weigh less than 150 lbs is a requirement. Also, the system needs to be installed in a very short time. Time spent in the remote areas of Alaska is very expensive. • Uses minimal fuel to power due to remote nature of the sites <1.5 l/kWhr- The USCRN AK stations are located in remote areas where even common fossil fuels are not available or are extremely expensive to transport. A system that utilizes a small amount of fuel is a requirement. • Must run continuously or be able to restart in all conditions-The USCRN AK stations require a consistent power source. The stations can only survive for six to eight days without input power. This requires a system that can restart or run continuously in the extremely frigid environment. • The well insulated unit will maintain a minimum internal temperature to restart and remain reliable under extreme weather conditions. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all characteristics as stated. 2) Past Performance: Quality, Timeliness, and customer service. 3) Price: Quote must state price in U.S. Dollars. 4) Delivery: On or By June 1, 2012. 5) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), an award will be made to the firm who can meet the specific requirements and is most advantageous to the Government considering price and delivery schedule equally. A good faith estimate of ground shipping via truck with lift gate service to our facility located at 456 S. Illinois Ave., Oak Ridge, TN 37830 should be provided, as only actual shipping costs confirmed by freight weigh bill and invoice will be reimbursed. If handling charges or fees are included, they should be a separate line item. This requirement is unrestricted, on the basis of full and open competition. This will be a firm fixed-price purchase order, with payment terms of Net 30. The associated FSC for this is 6135 and the associated NAICS Code is 423610. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. Please provide your DUNS number on your quote. It is required that all contractors doing business with this office be currently registered in the (CCR) Central Contractor's Registry. No award can be made to a company not registered in CCR. In accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), the offeror must be currently registered. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Evidence must be provided of ability to provide the required system. 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. 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. The associated FSC for this is 6115 and the associated NAICS Code is 423610. Quotes are required to be received in the contracting office no later than 3:00 P.M. EST on Wednesday, May 9, 2012. Reference Request for Quotation (RFQ) Number NRMAC100-12-02401-GSB in your quotation. All quotes must be faxed or emailed to the attention of Gabrielle Berry. The fax number is (865) 576-7425 and email address is Gabrielle.Berry@noaa.gov. Required delivery is on or by June 1, 2012 ARO. Delivery shall be F.O.B. Destination to the U.S. Department of Commerce, Atmospheric Turbulence and Diffusion Division, 456. S. Illinois Ave., Oak Ridge, TN 37830. If offering an equal product, provide sufficient technical/descriptive literature for technical evaluation. All responsible sources may submit an offer which shall be considered by the agency. Any questions regarding this solicitation should be directed to Gabrielle Berry, Business Administrator, (865) 576-7425, Gabrielle.Berry@noaa.gov. Any technical questions should be directed to Michael Black, Engineer, (865) 576-5623, M.D.Black@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NOAAOARARL/NRMAC100-12-02401-GSB/listing.html)
 
Place of Performance
Address: 456 S. Illinois Ave., Oak Ridge, Tennessee, 37831, United States
Zip Code: 37831
 
Record
SN02735244-W 20120502/120501000220-69b79b677fe74b29500b452089eca7c4 (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 |
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.