The RFP Database
New business relationships start here

GENERATOR AND ATS PURCHASE


Virginia, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

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. The solicitation number is W912JB-19-Q-0089 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 335312 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-07-30 11:00:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be Alpena, MI 49707The Michigan Air National Guard Consolidated Contracting (MACC) requires the following items, Meet or Exceed, to the following: LI 001: Generator and ATS Purchase for Alpena Michigan CRTC.
Salient Characteristics of Generator and ATS are as follows:

- Diesel Genset: 60Hz-80kW
U.S. EPA, Stationary Emergency Application C80 D6C Genset-Diesel, 60Hz, 80kW-Standby Rating
Duty Rating-Standby Power Listing-UL 2200

- NFPA 110 Type 10 Level 1 Capable IBC Seismic Certification
- Emissions Certification, EPA, Tier 3, NSPS CI Stationary - Emergency Enclosure-Aluminum,Sound Att,Level 2, Quietest with exhaust System Voltage-277/480,3 Phase,Wye,4 Wire
- Alternator-60Hz,12L,480/277V,105C,40C amb,IMS Generator Set Controls
- Exciter/Regulator-Pmg, 3 Phase Sensor Engine Governor-Electronic, Isochronous Gauge-Oil Pressure
- AmpSentryTM Protective Relay Stop Switch-Emergency
- CB,Loc A,70A-250A,3P,LSI,600VAC,100%,UL
- Enclosure - Wind Load 180MPH, ASCE7-10
- Fuel Tank-Regional, 2 Wall, MI DEQ Sub Base, 24Hr Minimum Alarm Panel-High Fuel
- Switch-Low, 40% Fuel
- Extensions Kit-Fuel Tank Vents, 12 ft Switch-High, 90% Fuel
Separator-Fuel/Water Mechanical Fuel Gauge
- Valve-Fuel Tank, Over Fill Protection, 95% Riser-Fuel Tank, 2 inch
- Switch-Fuel Tank, Rupture Basin, Installed Engine Starter - 12 VDC Motor
- Battery Charging Alternator-Normal Output Battery Charger - 6 Amp, Regulated
- Engine Cooling-High Ambient Air Temperature Shutdown-Low Coolant Level
- Extension-Engine Coolant Drain
- Engine Coolant-50% Antifreeze, 50% Water Mixture Coolant Heater, Extreme Cold Ambient
- Engine Air Cleaner-Normal Duty
- Engine Oil Heater-120 Vac, Single Phase Genset Warranty
- Rack, Larger Battery Extension-Oil Drain
- Extension Kit, Fuel Tank Vents -1 Normal, 2 Emergency- 12Ft.
- Oil and Antifreeze Installed
- Delivery of Equipment to Jobsite
- Manual - Operator/Maintenance and Parts 12VDC Engine Starting Battery - 700CCA

ATS Salient Characteristics:

- Auto Transfer Switch-Electronic Control:
- 125A Transfer SwitchElectronic Control,125Amp
- Poles-4
- Listing-UL 1008/CSA Certification
- Certificate-IBC Seismic
- Frequency-60 Hertz
- System-3 Phase,3 Wire Or 4 Wire
- Voltage-480 Vac
- Cabinet-Type 3R rated for outside installation, capable of withstanding all weather
- Auxiliary Relay-Switch In Emergency Position-12VDC
- Auxiliary Relay-Switch In Normal Position-12VDC
- Genset Starting Battery-12VDC
Cover-Switch Control, Security
- Relay-Elevator Signal
- ATS Equipped with an Internal or External integral maintenance bypass "isolation capability"
- Transfer Switch Warranty
- Manual - Operator/Maintenance

******Complete Description of Generator and ATS Purchase is provided in the "Buy Attachment Below *******, 1, EA;Solicitation and Buy Attachments***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***For this solicitation, Michigan Air National Guard Consolidated Contracting (MACC) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Michigan Air National Guard Consolidated Contracting (MACC) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation:
252.203-7005 Representation Relating to Compensation of Former DOD officials
252.204-7004, Alternate A
252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation)
252.204-7011 Alternative Line Item Structure
252.217-7019 ALT I, Sanitary Conditions-Alternate I
252.217-7022, Code Dating
252.217-7023, Marking
252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
252.232-7003, Electronic Submission of Payment Requests
252.225-7000 Buy American Statute-Balance of Payments Program Certificate
252.243-7002, Requests for Equitable Adjustment
252.246-7000, Material Inspection and Receiving ReportA copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications - Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/.

By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in SAM prior to award, during performance, and through final payment of any contract resulting from this RFQ.The contractor shall submit warranty terms and conditions with their submitted quote.New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.Bid MUST be good for 30 calendar days after close of Buy.Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination.This solicitation requires registration with the System for Award Management (SAM) in order to be considered for award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Registration must be "ACTIVE" at the time of award.The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM) site at https://sam.gov/SAM/ within ten (10) calendar days after award of this contract. Contractor training is available at the website home page under "about WAWF". Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095;Fax commercial: 801-605-7453 or CSCASSIG@CSD,DISA.MIL.

252.232b7006, Wide Area Work Flow Payment InstructionsThe following FAR Provisions and Clauses apply to this acquisition:
52.204b10, Reporting Executive Compensation and FirstbTier Subcontract Awards
52.204b13, System for Award Management Maintenance
52.209b6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Prop
52.209b10, Prohibition on Contracting with Inverted Domestic Corporations
52.212b4, Contract Terms and ConditionsbbCommercial Items
52.212b5,B Dev ContractB TermsB andB ConditionsB RequiredB toB ImplementB S
52.219b28, PostbAward Small Business Program Re-representation
52.222b19, Child LaborbbCooperation with Authorities and Remedies
52.222b21, Prohibition of Segregated Facilities
52.222b26, Equal Opportunity
52.222b36, Equal Opportunity for Workers with Disabilities
52.222b50, Combating Trafficking in Persons
52.223b18, Encouraging Contractor Policies to Ban Text Messaging While Driving
52.225b13, Restrictions on Certain Foreign Purchases
52.232b33, Payment by Electronic Funds TransferbSystem for Award Management
52.232b39, Unenforceability of Unauthorized Obligations
52.232b40, Providing Accelerated Payments to Small Business Subcontractors
52.233b1, Disputes
52.233b3, Protest after Award
52.233b4, Applicable Law for Breach of Contract Claim
52.249b1, Termination for Convenience of the Government(FixedbPrice)(Short Form)
52.252b2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/)
252.203b7000 ,RequirementsB RelatingB toB CompensationB ofB FormerB DoDB Officials
252.203b7002, RequirementB toB InformB EmployeesB ofB WhistleblowerB Rights
252.204b7003, ControlB ofB GovernmentB PersonnelB WorkB Product
252.204b7012, SafeguardingB ofB UnclassifiedB ControlledB TechnicalB Information
252.204b7015, DisclosureB ofB InformationB toB LitigationB SupportB Contractors
252.211b7003, ItemB UniqueB IdentificationB andB Valuation
252.225b7002, QualifyingB CountryB SourcesB asB Subcontractors
252.225b7036, BuyB AmericanbFreeB TradeB AgreementsbBalanceB ofB PaymentsB Program,B
AlternateB I
252.225b7048, ExportbControlled Items
252.232b7010, LeviesB onB ContractB Payments
PP, PartialB PaymentsQuotes valid through 30 September 2019 are requested.The request for quote is for pricing only. Funds are not presently available for this Requirement. The Government"s obligation under this requirement is contingent upon the availability of appropriated funds from which contract award can be made. Quotes valid through 30 September 2019 are requested.

Name: Arnold Singleton, Title: 1105/6-Purchasing Agent, Phone: 5862395917, Fax: Air, Email: arnold.h.singleton.civ@mail.mil;

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP