Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2012 FBO #3914
SOLICITATION NOTICE

30 -- Solar Light Tower Brand Name or Equal Progress Solar SLT800-HVR-N 2 EA

Notice Date
8/10/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335122 — Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 6 Centralized Acquisition Service;200 Veterans Avenue;Beckley WV 25801
 
ZIP Code
25801
 
Solicitation Number
VA24612Q3192
 
Response Due
8/20/2012
 
Archive Date
10/19/2012
 
Point of Contact
Kim Pauley
 
E-Mail Address
terans
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR BRAND NAME OR EQUAL TO Progress Solar Solutions Solar Light Tower (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov ). (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number VA246- 12-Q-3192. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. (IV) This procurement is restricted to small business only. The associated NAICS code is 335122. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: 0001 Brand name or equal to Progress Solar Light Tower, 2 EA Product number: SLT800-HVR-N Manufacturer Name: Brand: Product No.: Price: (VI) Description of requirements is as follows: Salient Characteristics: Power Storage 24 Volt DC deep-cycle, battery bank(s) comprised of AGM (sealed, no maintenance) batteries; 840 - 896Ah combined capacity of battery banks. AC dual battery bank charger - 40Ah dual battery bank rapid-charger for backup using generator or any other standard 240V/20amp, 50/60Hz (available 120V upon request) commercial electrical source. Lights can be operated while batteries are being charged Battery State-Of-Charge Meter - Visual display in increments of available battery capacity (Optional) 50 ft. 20amp electrical cord to use with battery charger Trailer & Housing Durable, steel vented housing customized to store, protect and maximize functionality of power generation, power storage and light tower components Wheelbase 55" (same for all SLT models) Towing weight - ~3,000lbs (varies based on model, options) Dimensions - 4.42 meters (174 inches) long x 1.37 meters (54 inches) wide x 2.13 meters (84 inches) high (same for all SLT models) High Wind Stabilization Package (front outriggers/jacks & 4 TeleStruts) Towing specifications & requirements -tongue weight - est. 128 lbs. Pintle lunette ring coupler (note: 2" ball coupler is available if preferred) Forklift pockets on mast for high point access and on trailer base for low point access. Crane hook pocket on mast for high point access. 4 per unit "D" rings used to secure unit during transportation Light Tower 3-stage light tower that can expand from ~12' to 30' 4 per unit LED Flood Lights (~54,600 initial lumens) estimated life up to ~5-10x longer than standard metal halide bulbs; LEDs expected 50,000+hrs, L79 (VII) Required delivery 30 days ARO. Place of delivery is Durham VA Medical Center,508 Fulton Street, Durham, NC 27705. Delivery shall be FOB Destination to Durham, NC. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun, 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan, 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: the Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a) technical capability-offers that meet all salient characteristics; award will be to the lowest price found to be technically acceptable. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (April 2011), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun, 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr, 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.225-1, Buy American Act-Supplies (Feb, 2009) (41 U.S.C. 10a-10d). 52.225-25, Prohibition of contracting with entities engaging in sanctioned activities relating to IRAN-representation and certification (Nov 2011) (XIII) The following VAAR clauses are also applicable to this acquisition: 852.203-70 Commercial Advertising (Jan,2008) 852.211-70 Service data Manuals (Nov, 1984) 852.211-73 Brand Name or Equal (Jan, 2008) 852.246-70 Guarantee (Jan, 2008) 852.466-71 Inspection (Jan, 2008) 852.273-76 Electronic Invoice Submission (Oct 2008) (XlV) Offerors must submit all questions concerning this solicitation in writing to the Contract Specialist Darryl Person, email address Darryl.Person@va.gov. Questions must be received no later than 12:00 PM, August 15, 2012. (XV) Quotes are required to be received in the contracting office no later than 3:00 P.M. EST on August 20, 2012. All quotes must be emailed to Kim Pauley, email address is kim.pauley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BeVAMC517/BeVAMC517/VA24612Q3192/listing.html)
 
Place of Performance
Address: Dept of Veterans Affairs;VAMC Durham, NC;508 Fulton St;Durham, NC 27705
Zip Code: 27705
 
Record
SN02835420-W 20120812/120811000706-a5042551bc47c7af679c46b6f824b143 (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.