Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

61 -- 623-EMPI - Generator

Notice Date
9/21/2020 2:01:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25920Q0788
 
Response Due
9/24/2020 2:00:00 PM
 
Archive Date
10/24/2020
 
Point of Contact
Jessica.Garcia5@va.gov, Jessica Garcia, Phone: 303-712-5754
 
E-Mail Address
jessica.garcia5@va.gov
(jessica.garcia5@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 11 of 11 Request for Quote (RFQ) #: 36C25920Q0788 EMPI Generator for Jack C. Montgomery VA Medical Center 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 1300 MT, 09/23/2020 All questions must be submitted in writing, via email, no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to Jessica.Garcia5@va.gov no later than 1500 MT, 09/24/2020. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25920Q0788. The Government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective August 31, 2020. The North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1,250 employees. This solicitation is a 100% set-aside for Small Business. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description: EMPI Generator Make/Model Equivalent: 1 EA ____________ ____________ Description of Requirements for the items to be acquired (salient characteristics); Fully integrated mobile power generation system, providing optimum performance, reliability, and versatility for Standby and Prime Power applications. Features Diesel engine U.S. Tier IV Final and EU SIIIa certified engine which meet emissions limits without the use of a Diesel Particulate Filter (DPF) Dual speed engine for operation at 50 or 60 Hz Advanced electronic engine controls with integrated after-treatment system that provides superior fuel efficiency while reducing emissions High-pressure common rail fuel system to reduce engine noise and smoke Air filtration offering improved air management, longer service life, and easier serviceability 2-stage fuel filtration with optimum particle and water separation Control features Advanced, reliable and capable generator set control system Enabled adapting power to match varying load demand. Capable of allowing generators to share information among paralleled generator sets Controls to provide precise frequency and voltage regulation, alarm and status message display in one easy to operate customer interface Engine controls Oil pressure and coolant temperature gauge Fuel level gauge, Diesel Exhaust Fluid (DEF) level gauge and battery voltage gauge Hour meter Engine control module including remote start capability Alternator 12-lead reconnectable alternator fitted with voltage selection switch Permanent magnet excitation for improved performance in non-linear load applications Enclosure Camlock distribution panel Sound attenuated, powder coated lockable enclosure 24-hour fuel tank (75% prime) with leak detection sensor Single wall fuel tank with 110% fluid containment basin Transport Tank Roof mounted, single point lift Cooling system rated for 122 °F (50 °C) at 100% Standby ambient Complete engine fluid containment reservoir 4 position voltage selector switch (277/480 or 139/240 or 120/208 VAC 3 phase or 120/240 VAC 1 phase) Shore power (15 A/120 V) for coolant heater and battery charger Conveniently located analog gauges and heated Human Machine Interface (HMI) display Auxiliary Fuel and DEF connections DOT approved electric brake trailer with heavy duty center mounted jack, ball or pintle hitch Electrical power panel specifications Control System An integrated microprocessor based generator set control system providing voltage regulation, engine protection, alternator protection, operator interface and isochronous governing. Simplified display tailored for equipment operations for ease of use. Masterless Load Demand (MLD) the controller is capable of smartly managing power from paralleled generators to match varying load patterns. Power management control function providing battery monitoring and testing features and smart starting control system. Advance control methodology three phase sensing, full wave rectified voltage regulation with a PWM output for stable operation with all load types. Regulation compliant prototype tested: UL, CSA and CE compliant. Service PC based service tool available for detailed diagnostics, setup, data logging and fault simulation. Easily upgradeable controls are designed with common controls interfaces. Reliable design the control system is designed for reliable operation in harsh environments. Operator panel features Operator/display functions: Displays paralleling breaker status Provides direct control of the paralleling breaker 320 x 240 pixels graphic LED backlight LCD Auto, manual, start, stop, fault reset and lamp test/panel lamp switches Alpha-numeric display with pushbuttons Heated HMI LED lamps indicating genset running, remote start, not in auto, common shutdown, common warning, manual run mode, auto mode and stop Paralleling control functions System selects first genset to close to bus Phase lock loop synchronizer with voltage matching Sync check relay Isochronous kW and kVar load sharing Enhanced safety features for paralleling generators Alternator data Line-to-Neutral and Line-to-Line AC volts 3-phase AC current Frequency kW, kVar, power factor kVA (three phase and total) Engine data DC voltage Lube oil pressure Coolant temperature Comprehensive FAE data (where applicable) Other data Fault history Data logging and fault simulation Standard control functions Digital governing Integrated digital electronic isochronous governor Temperature dynamic governing Digital voltage regulation Integrated digital electronic voltage regulator 3-phase, 4-wire Line-to-Line sensing Configurable torque matching AC protection Amp protective relay Over current and short circuit shutdown Over current warning Single and three phase fault regulation Over and under voltage shutdown Over and under frequency shutdown Overload warning with alarm contact Reverse power and reverse Var shutdown Field overload shutdown Engine protection Batter voltage monitoring, protection and testing Overspeed shutdown Low oil pressure warning and shutdown High coolant temperature warning and shutdown Low coolant level warning or shutdown Low coolant temperature warning Fail to start (overcrank) shutdown Fail to crank shutdown Cranking lockout Sensor failure indication Full authority electronic engine protection Control functions Time delay start and cool down Real time clock for fault and event time stamping Cycle cranking Load shed Remote emergency stop Contractor shall perform a full functionality test on the equipment to ensure that the equipment is working properly. Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Jack C. Montgomery VA Medical Center, 101 Honor Heights Drive, Muskogee, OK 74401 52.212-1, Instructions to Offerors--Commercial (JUN 2020) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.  No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.  All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.  Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability The offeror shall submit specifications, cut sheets, or brochures confirming the item meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items (OCT 2014) ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. 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 considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225 5 Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to Jessica.Garcia5@va.gov by 1500 MT, 09/24/2020. Name and email of the individual to contact for information regarding the solicitation: Jessica Garcia Jessica.Garcia5@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/358c2f4bcfcb4c28a78ce119be303809/view)
 
Place of Performance
Address: Jack C. Montgomery VA Medical Center 101 Honor Heights Drive Muskogee, OK 74401
 
Record
SN05805783-F 20200923/200921230214 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.