Document Type: Combine Synopsis/Solicitation
Posted Date: 26 October 2005
Set Aside: Full and Open
NAICS Code: 335312
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes only the solicitations; proposals are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.
This solicitation is issued as a request for quote (RFQ). All interested offerors must contact the Contract Specialist to receive specifications. Submit written offers (oral offers will not be accepted).
The solicitation is being conducted under Simplified Acquisition Procedures (SAP) FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2005-06. It is the contractorâs responsibility to be familiar with applicable clauses and provisions.
This acquisition will be FULL AND OPEN. For informational purposes the SIC Code is 3621, the NAICS code is 335312 with a size standard of 1,000 employees.
Line Item 0001 The contractor shall provide two (2) Power modules, rated a minimum1380 KW, 50 Hz, 50 cycles, 400 Volts, 3-phase, including sound attenuated enclosures with fuel tanks and paralleling switch gear mounted in an enclosure. Provide labor, and technicians, to provide on-site programming and technical services to bring the generators on line and to operate in conjunction with the existing five (5) generators currently on site. The five (5) generators are Caterpillar 1080 KW, 380V, 50 Hz, electronic type load sharing modules, EUI (electronic unit injector) type.
In Accordance with FAR 45.602-1(c)(1)(i)/(ii) the contractor shall obtain approval, from the Public Works Officer aboard Camp Lemonier, Djibouti, Africa (
[email protected] ) to remove two (2) existing Caterpillar Enclosed Diesel Generator Sets, S/N 1KZ01138, and S/N 1KZ00950, and provide a credit amount for these items within the offer. The two (2) Generator Sets would be rated as Code X; property has some value in excess of its basic material content, but repair or rehabilitation to use for the originally intended purpose is clearly impractical. Repair for any use would exceed 65 percent of the original acquisition cost. Units have 12,000 to 13,000 machine hours registered on them. The gensets came equipped with 50 degrees Celsius radiators and a 30â standardized container. The units are MUI (mechanical unit injector) type and the actuators on the governors are equipped with electronically controlled, electrically operated, hydraulic actuators.
The required Delivery date is: 20 November 2005 to CJTF HOA, Camp Lemonier, Djibouti, Africa 09363; FOB Destination. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
Evaluation Criteria: 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, price and other factors considered. The following factors shall be used to evaluate offers: price and ability to meet delivery date. When evaluating the offers ability to meet delivery date will be as important as price.
Clause 52.212-4, Contract Terms and Conditions â Commercial Items, is hereby incorporated by reference. 52.212-5, Contract Terms and condition Required to Implement Statutes or Executive Orders â Commercial Items, 52.233-3, Protest After Award, 52.247-34, F.O.B. Destination, 52.246-1, Contractor Inspection Requirements, 52.252-2, Clauses incorporated By Reference 252.247-7023 Alt III, Transportation of Supplies by Sea Alt III.
All quoters shall submit an original and one (1) copy of a quotation, which addresses the line item, product specifications, and a statement addressing ability to meet delivery date not to exceed one (1) page.
Offers may be faxed to CJTF HOA, J-4 CCO at Fax 011-253-358-977 or mailed to CJTF HOA J-4 CCO, Camp Lemonier, APO, AE 09363 or emailed to
[email protected] all offers are due 2 November, 2005
For further information regarding this solicitation, contact TSgt Robyn Moore, Contract Administrator at Commercial: 011-253-358-953 or DSN 318-824-2228. Collect calls will not be accepted, e-mail:
[email protected]
Point of Contact
Robyn Moore, Contract Administrator, Phone Comm 011-253-358-953 Comm Fax 011-253-358-977 DSN 318-824-2228, E-mail
[email protected] - Michael Anderson, Contracting Officer, Comm 011-253-358-953 Comm Fax 011-253-358-977 DSN 318-824-2226, E-Mail
[email protected]
Place of Performance
Address: CJTF HOA Camp Lemonier
Postal Code: 09363
Country: Djibouti Africa
Bid Protests Not Available