Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
SOLICITATION NOTICE

61 -- 200kW Diesel Generators - Attachments

Notice Date
9/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 152 MSG/MSC, NV ANG, 1776 NATIONAL GUARD WAY, RENO, Nevada, 89502-4494, United States
 
ZIP Code
89502-4494
 
Solicitation Number
W9124X-18-Q-5028
 
Archive Date
10/6/2018
 
Point of Contact
Jason C. Huth, Phone: 7757884662, Alex T. Norris, Phone: 7757884663
 
E-Mail Address
jason.c.huth.civ@mail.mil, alex.t.norris.mil@mail.mil
(jason.c.huth.civ@mail.mil, alex.t.norris.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Attachment 2 - RFQ Cover Page Attachment 1 - Incorporated Provisions and Clauses (i) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number W9124X-18-Q-50028 is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective 22 Aug 2018 and Defense Federal Acquisition Regulation Supplement Publication Notice 20180824 effective 24 Aug 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. (iv) This requirement is solicited as Service Disabled Veteran Owned Small Business Set-Aside under NAICS 335312, Motor & Generator Manufacturing, small business size standard 1250 Employees. The Nevada Air National Guard intends to establish a Firm Fixed Price (FFP) contract for the acquisition of Generators, Freight and Commissioning, see item description for detailed explanation. (v) Schedule of Supplies/Services: CLIN 0001: 200kW Diesel Generator Extended Description: Diesel fuel, 60Hz, 200 Kilowatt, Voltage-480/277, 3 phase, Wye wiring configuration, 4 wire, Generator set needs to be fully enclosed rated at 150 MPH, Fuel tanks needs to be dual walled with a minimum 24 hour capacity, Alternator 60 Hz, 120 Volt AC coolant heater, 120 Volt AC Engine Oil Heater, 120/208/240 Volt AC battery Charger, Generator must meet current U.S. EPA, Stationary Emergency Application requirements, emissions certification (Certificate must be provided at time of delivery), Tier 3, New Source Performance Standards Compression Ignition, generator parts listing and generator Technical Order or equivalent. New OEM- Non-Re-manufactured FSC-6115 NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent. Quantity Unit of Issue Unit Price Extended Price 2 Each ___________ ___________ CLIN 0002: Freight (If Required) Extended Description: -Includes freight of 200 kW Diesel Generators in CLIN 0001 from FOB origin to FOB destination -Dimensions: Length: TBD" x Width: TBD" x Height: TBD", Weight: TBD lbs (estimated) -FOB Destination Point: Nevada Air National Guard, 1776 National Guard Way, Reno, NV, 89502-4415 FSC-V112 Quantity Unit of Issue Unit Price Extended Price 1 Each ___________ ___________ CLIN 0003: Startup/Testing & Commissioning Extended Description: -Startup/Testing performed by OEM authorized entity for all generator sets from CLIN 0001 -Includes testing & operational training plus one (1) operation & maintenance manual per unit -OEM/Dealer Startup/Testing & Commissioning Checklist -FOB Destination Point: Nevada Air National Guard, 1776 National Guard Way, Reno, NV, 89502-4415 FSC-H361 Quantity Unit of Issue Unit Price Extended Price 1 Job ___________ ___________ (vi) Provision 52.212-1, Instructions to Offerors : The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: (a) To assure timely and equitable evaluation of the quotes, vendors must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Provide product specifications or cut sheets for CLIN 0001 to accompany above schedule. Provide completed RFQ Cover Page as provided in attachments. If awarded the contract, the contractor is required to submit a signed copy of the contract confirming receipt of the contractual document within four (4) days. (vii) Provision 52.212-2, Evaluation Factors: The provision at 52.212-2, Evaluation -- Commercial Items (Oct 2014), this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Lowest Price that meets the salient physical, functional, or performance characteristics in accordance with the solicitation. (viii) Each vendor shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Jan 2017) are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (x) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the provisions and clauses at Attachment 1 apply to this acquisition. (xi) This acquisition does not require a Defense Priorities and Allocations System (DPAS) rating. (xii) NOTICE TO ALL INTERESTED PARTIES: The offeror may submit questions requesting clarification of solicitation requirements to the Nevada Air National Guard Contracting Office via email at: usaf.nv.152-aw.list.fal-msc-contracting@mail.mil. It is requested that all questions be received no later than Monday, September 17th, 2018 by 10:00 AM PST as all answers to questions must be posted prior to the response date. An amendment may be issued answering all questions received, providing the Government's answers. All responsible sources may submit a quotation which shall be considered by the agency. Respond via email at usaf.nv.152-aw.list.fal-msc-contracting@mail.mil no later than Friday, September 21st, 2018 by 10:00 AM PST. (xiii) The POC for this solicitation is: TSgt Alex Norris Mr. Jason C. Huth (775)788-4663 (775) 788-4662 Alex.t.norris.mil@mail.mil jason.c.huth.civ@mail.mil List of Attachments: - Attachment 1: Incorporated Provisions and Clauses - Attachment 2: RFQ Cover Page
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA26-1/W9124X-18-Q-5028/listing.html)
 
Place of Performance
Address: 1776 National Guard Way, Reno, Nevada, 89502, United States
Zip Code: 89502
 
Record
SN05082707-W 20180913/180911230822-4c4e17ebbb973eba3e85fab14f284f5f (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.