SOLICITATION NOTICE
61 -- Generator Sets
- Notice Date
- 10/30/2015
- Notice Type
- Presolicitation
- NAICS
- 221112
— Fossil Fuel Electric Power Generation
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Construction & Equipment, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE8EG16R0005
- Archive Date
- 12/19/2015
- Point of Contact
- Mary E Ryan, Phone: 215-737-0301, Meghan Michalski, Phone: 215-737-2051
- E-Mail Address
-
Mary.Ryan@dla.mil, Meghan.Michalski@dla.mil
(Mary.Ryan@dla.mil, Meghan.Michalski@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- DLA Troop Support is issuing a solicitation to support Federal Emergency Disaster Relief Operations. This acquisition shall provide the rapid deployment of Generator Sets to support FEMA in order to protect against, respond to, recover from, or mitigate against threatened or actual major or catastrophic disasters and emergencies - both natural and man-made, including acts of terror. FEMA has both CONUS and OCONUS distribution centers with generator fleets (power packs of varying sizes and capacities) to support emergency response operations. This acquisition would provide generator sets via lease/rental when the nearest FEMA generator fleet has a shortfall in inventory or does not have the generator sizes or quantities in inventory when an emergency response in required. If needed, subject contracts may also be utilized to provide generators to support U.S. Military Conflict Support Requirements or other DOD missions. Contractors will be required to provide industrial diesel powered generators with all necessary fuel tanks and fuel lines (with proper connections) via lease/rental in the following Band Sizes: Range 1: 15-60kW; Range 2: 61-100kW; Range 3: 101-200kW; Range 4: 201-400kW; Range 5: 401-704kW; Range 6: 705kW-1mW. Generators shall be rated for Prime Power. Generators shall also have an hour meter, manufacturer's operation and maintenance manuals, specification/capacity plates, and unique 6-digit identification numbers. A complete set of spare filters shall be provided. Additional support equipment via a Bill of Material (BOM) such as cables and connectors may also be required. Delivery shall be FOB destination to staging areas at the location of operations, intermediary locations, and/or consolidation points in CONUS, Alaska, Hawaii, the Caribbean, and the Pacific Islands. Delivery is required in CONUS within 24 to 48 hours. Delivery is required OCONUS (Alaska, Hawaii, the Caribbean, and the Pacific Islands) within 48 to 72 hours. The use of private charters will be required to meet delivery time frames. It is acknowledged that delivery to minor outlying islands and non -United States Territories or commonwealths in the Caribbean and Pacific Islands may require additional delivery time. However, support is for disaster and emergency relief operations and therefore Contractors are expected to deliver in an expedited manner in order to achieve mission success. Proposals will be evaluated using a combined Technically Acceptable and Best Value Tradeoff procedure. The Government intends to make multiple awards with post-award competition of delivery order requirements. The contracts resulting from this solicitation will be Indefinite Delivery/Indefinite Quantity Contracts with base ordering periods of 5 years and maximum terms of 5 years. There are no options. Because of the uncertainty associated with emergency power requirements, the Government is unable to provide forecasted quantities. Vendors selected for award shall have a guaranteed minimum of $25,000.00. Each awardee shall have a contractual maximum of $45,000,000.00. The maximum of $45,000,000.00 also represents the maximum for the acquisition; the sum of all orders against all contracts shall not exceed $45,000,000.00. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Dependent on the item, Preference for Certain Domestic Commodities/Berry Amendment, Restriction on Acquisition of Specialty Metals, Restriction on the Acquisition of Certain Articles Containing Specialty Metals, and Restriction on Acquisition of Hand or Measuring Tools may also apply. Copies of this solicitation will not be available until the solicitation issue date. The solicitation will be posted both on FBO and on DIBBS at https://www.dibbs.bsm.dla.mil/. On DIBBS, potential offerors are advised to search by the assigned solicitation number SPE8EG16R0005. All responsible sources may submit a proposal(s) which shall be considered by DLA Troop Support. Anticipated issue date is November 6, 2015 and anticipated closing date is December 4, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-I/SPE8EG16R0005/listing.html)
- Record
- SN03934516-W 20151101/151030234200-5540f1cb538b40df8b18b99c975dfa52 (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 |