Federal Bid

Last Updated on 31 Oct 2013 at 8 AM
Combined Synopsis/Solicitation
Bothell Washington

Mobile Power Generator Sets for FEMA MERS

Solicitation ID W466020Y
Posted Date 09 Sep 2013 at 6 PM
Archive Date 31 Oct 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Continuity Section(Con50)
Agency Department Of Homeland Security
Location Bothell Washington United states 98021
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; proposals are being requested and a written solicitation will not be issued.

The solicitation number, FEMA W466020 is issued as a Request for Quote (RFQ), to meet several requirements within the Federal Emergency Management Agency (FEMA) Mobile Emergency Response System (MERS) Detachments Diesel Powered Generations Fleet and will allow each detachment to have the same level/quantity of Diesel Power Generation capability with compatible connections which will enable cross connection and uniformity/standardization among each detachment. The Generator set shall include as follows: (1) 100KW Power Generator on trailer with 30 kw Load Bank, (6) 60KW trailer mounted power generators with 30 kw Load Bank; (6) 40KW trailer mounted Diesel Powered Generators without Load Banks; (6) Power Distribution Panels; Power Distribution Cables totaling 300 feet per detachment. (See SOW and Minimum Requirements Document attached) This project is to upgrade and standardize the Power Generation Fleet at six (6) MERS Detachments. See attached minimum requirement specifications Statement of Work for more details and delivery locations and quote instructions below for Department of Homeland Security (DHS) FEMA MERS.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69.

Only one award will result from this solicitation, via the issuance of firm-fixed-price contract. FOB Destination pricing is preferred.

SPECIFIC TASKS: Successful contractor shall provide delivery of six generator sets as follows: (1) 100KW Power Generator on trailer with 30 kw Load Bank, (6) 60KW trailer mounted power generators with 30 kw Load Bank; (6) 40KW trailer mounted Diesel Powered Generators without Load Banks; (6) Power Distribution Panels; Power Distribution Cables totaling 300 feet per detachment. 2) newly painted vehicles and any other necessary expenses to complete changes to vehicles as mentioned in Statement of Work.

Please provide the Unit and extended price for each. Services shall be completed within 270 days after receipt of award.

Service and transportation for one each of the six sets will be made to the following address:

DHS/FEMA/Bothell MERS
220 228th St SW
Bothell, WA 98021-9796

DHS/FEMA/Maynard MERS
65 Old Marlborough Rd.
Maynard, MA 01754

DHS/FEMA/Denver MERS
Bldg 710A Denver Federal Center
Lakewood, CO 80225

DHS/FEMA/Denton MERS
800 North Loop 288
Denton, TX 76209

DHS/FEMA/Thomasville MERS
434 South Pinetree Blvd
Thomasville, GA 31792

DHS/FEMA/Frederick MERS
4420 Buckeyestown Pike
Frederick, MD 21704

 


See attached statement of work for the minimum requirements.
 
a. Delivery Time ARO: ________________________
b. FOB Destination or Origin: _________________.
c. DUNS Number: ________________________
d. TIN Number: ________________________

 

BASIS FOR AWARD: The Gov't will make award to the responsible/responsive offeror whose proposal will be most advantageous to the Gov't based on lowest price/technically acceptable factors. Offerors shall provide a detailed price proposal to include the cost of all labor costs; associated labor costs and other associated costs (e.g., excise tax, etc.). The price proposal shall be broken down and totaled in order for the Government to perform a complete evaluation of the proposed price. In order for an offeror to be considered technically acceptable, the following mandatory requirements must be met: (a) Offeror must provide the breakdown of the prices along with a description for the items requested in the statement of Work, (b) offeror must provide three (3) references and projects that are similar to this project including phone numbers of references. Quality of past performance will be evaluated on a pass/fail basis. Offeror's must be registered in the SAM database (via the Internet at http://www.sam.gov) which includes the electronic annual representations and certifications. Offer needs to include a completed copy of the provision 52.212-3, Offeror Representations and Certifications-Commercial Items, unless the SAM page is up to date.

The provision at FAR 52.212-1 "Instructions to Offerors--Commercial" applies to this acquisition. The following FAR clauses also apply: 52.204-10 "Reporting Executive Compensation and First-Tier Subcontract Awards," 52.212-4 "Contract Terms and Conditions--Commercial Items," 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items," with the following clauses cited in 52.212-5 being applicable to this acquisition: 52.203-6 "Restrictions on Subcontractor Sales to the Government," 52.219-8 "Utilization of Small Business Concerns," 52.222-3 "Convict Labor," 52.222-19 "Child Labor--Cooperation with Authorities and Remedies," 52.222-21 "Prohibition of Segregated Facilities," 52.222-26 "Equal Opportunity," 52.222-35 "Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.222-36 "Affirmative Action for Workers with Disabilities," 52.222-37 "Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans," 52.225-1 "Buy American Act--Supplies," 52.225-13 "Restrictions on Certain Foreign Purchases," and 52.232-33 "Payment by Electronic Funds Transfer--Central Contractor Registration." The aforementioned provision and clauses can be accessed electronically at http://www.gsa.gov/far. Prospective sources are reminded that award can only be made to a Contractor who is registered in the SAM database.

Amendments to this RFQ, if needed, will be published in the same manner as the initial synopsis/solicitation.

If the status of any interested vendor/offeror/contractor registration in www.sam.gov is not current, the proposal will be considered unresponsive and unacceptable in regards to this solicitation and no longer considered for evaluation and eliminated from the competition.

This RFQ is being issued as a Total Small Business Set-aside. The NAICS code for this requirement is 335312, for which the Small Business Size Standard is 1000 employees. The Government intends to evaluate offers and award a purchase order without discussions with offeror's. Therefore, the offeror's initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. An award will be made to the offeror whose proposal is determined to be the Lowest Priced Technical Acceptable (LPTA) to the Government considering technical factors meet the minimum specifications identified in the solicitation and Acceptable Past Performance). After proposals are determined to be technical acceptable, the lowest evaluated price will be awarded." If the lowest price is unreasonable, unbalanced, and/or unrealistically low, it will be considered unacceptable.
If proposals rate "non-acceptable" for any of these factors, they may be eliminated from the competition without further discussions or consideration for price.
Offerors must submit technical proposal/specifications of not more than 20 pages that addresses the attached minimum requirement specifications and provides past performance references. Past performance will not be evaluated if proposed items do not meet the minimum requirements. For Past Performance - Offerors should provide a brief, written description of all relevant work performed in the past three years. Submissions should include the client's name, organization, address, telephone number, e-mail address, contract number, dates of performance, and dollar amount. A maximum of three past performance references may be submitted. FEMA may evaluate Past Performance by contacting those references, as well as through other sources available to the Government. Past performance information will be evaluated on quality, timeliness, responsiveness and overall satisfaction.
The technical proposal limitation of 20 pages does not apply to the following: title pages, a table of contents; index pages; divider tabs; cover letter, and offeror's provisions.
Price. Price will be evaluated to determine whether the price is fair and reasonable.
The Government will award a not to exceed delivery order resulting from this solicitation to the responsible offeror who is most advantageous to the Government.
Price Proposal Format- The price proposal information shall be provided as follows:
Offerors shall propose pricing per unit to include delivery for all items identified in the spreadsheet in the above description.
Supporting data must include, or be accompanied by the following information:
(A)Provide a copy of the pages from your schedule or published price list that show the item descriptions and unit prices on the General Services Administration (GSA) Federal Supply Schedule contract or published price list.
(B)FEMA will verify the mathematical accuracy of the total evaluated price computation submitted by the offeror. Discounts for early payment, if offered, will not be considered in the evaluation for award.
(C)Page Limitation: The following page limitations are established above for technical proposal of 20 page maximum and a 3 page maximum for price proposals submitted in response to this solicitation.

The price proposal limitation of 3 pages does not apply to the following: title pages, a table of contents; index pages; divider tabs; cover letter, offeror's provisions and letter of intents.
Offerors must use 8 ½ inch by 11 inch white paper for its proposal pages. The Technical Proposal shall not exceed 20 single pages or 10 double sided pages and shall have a margin of not less than ¾ inch surrounding the printed body. Font shall be no smaller than 11 point, Times New Roman or Courier New.
Diagrams, tables, charts, and photographs may be reduced. Text in diagrams, tables, charts, and photographs shall contain font no smaller than 10 point, Times New Roman or Courier New. The offeror is responsible for the readability of visual graphics. If the information presented in is unclear or unreadable the Government will not considered it.
Pages submitted in excess of the limitations specified above will not be evaluated by the Government and proposal will be considered non-responsive.

Electronic deliveries: Offerors shall submit an electronic version via email to [email protected].  Due date for receipt of responses to this RFQ will be 1:00 PM/EST, 09/16/2013 to Mr. Rafael Taylor at e-mail address: [email protected] or fax number at 540-542-2632 or 2631. Mr. Taylor's telephone number is: 540-542-2832. Electronic responses are required.

 

Bid Protests Not Available

Similar Past Bids

Bothell Washington 08 Mar 2021 at 7 PM
Bothell Washington 23 Aug 2021 at 6 PM
Bothell Washington 26 Aug 2021 at 2 PM
Bothell Washington 12 Sep 2021 at 1 PM
Location Unknown 21 Aug 2013 at 2 PM

Similar Opportunities

Thomasville Georgia 24 Jul 2025 at 2 PM
Thomasville Georgia 05 Aug 2025 at 2 PM
Thomasville Georgia 16 Jul 2025 at 3 PM