Replace 400KW Generator
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- Updated Published Date: Aug 11, 2023 08:01 am CDT
- Original Published Date: Jul 19, 2023 07:14 am CDT
- Updated Date Offers Due: Aug 22, 2023 04:00 pm CDT
- Original Date Offers Due: Aug 22, 2023 04:00 pm CDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Sep 06, 2023
- Original Inactive Date: Sep 06, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6115 - GENERATORS AND GENERATOR SETS, ELECTRICAL
- NAICS Code:
- 335311 - Power, Distribution, and Specialty Transformer Manufacturing
- Place of Performance: Fort Pierce , FL 34945USA
Description
Questions and Answers.
Q1: Please provide Electrical Drawings of existing: One-line riser diagram of Main Electrical Service Distribution and Emergency Generator System circuits and the site/floor plan layout drawing showing the locations of connected equipment.
A1: Attached.
Q2: What size sub-base diesel fuel tank will be required?
A2: 693 Gal
Q3: How many hours of generator runtime are required?
A3: at least 24 Hrs.
A site visit has been scheduled for Thrusday August 3rd, 2023, at 9:00 AM. Please provide the names of personnel requesting to attend alone with the name of the company for which they are representing to lynn.hults@usda.gov and vic.agahan@usda.gov by 3:00 PM August 2nd, 2023.
Additional Questions:
Q4: What is the desired fuel tank size?
A4: 700 gal that will fit to the existing concrete slab 18’ long x 6’-6”wide x 12” thick.
Q5: Please clarify the enclosure dbA rating? Specs state 20dbA, but I believe they mean a 20dbA REDUCTION at 30'.
A5: Preferred
Q6:How many gallons of fuel is in the existing tank?
A6: Less than 500 Gal.
Q7: Are we to dispose of the existing fuel or polish and reuse?
A7: Location will take care relocating/polishing existing diesel fuel.
Q8: Is an emergency backup generator required to be provided during the generator replacement?
A8: Not Required.
Q9: What is the number & size of the conduits leading from the generator to the transfer switch ?
A9: (3) 3-1/2” conduit
Q10: What is the distance of the conduit from the generator to the transfer switch ?
A10: Approximately 300 ft
Q11: What is the size of the wire inside the conduit ?
A11: (2) sets of 4#500KMCM, #1/OG
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. Solicitation number 12405B23Q0465 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. The associated NAICS code is 335311 (Power, Distribution and Specialty Transformer Manufacturing), with a small business size standard of 800 Employees.
This will be a Brand name solicitation as well.
USDA, ARS, HRL
2001 South Rock Road
Fort Pierce, FL 34945
Is looking for procurement of Replace 400KW Generator that fits into the associated Statement of Work.
The Government anticipates award of a Firm Fixed Price contract.
Each offer must show a breakdown giving price of each element, provide descriptive literature or information showing that the offered services meet all parts of the Statement of Work. Also, please provide past performance information.
Vendors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include the following: (1) Technical Specifications and (2) Price (to include shipping).
Electronic submissions are preferred. Please email all quotes to lynn.hults@usda.gov. NO LATE QUOTES WILL BE ACCEPTED.
The basis for award is Lowest Price Technically Acceptable. "LPTA" means the expected outcome of the acquisition that result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical Specifications, (2) Price, and must also have satisfactory Past Performance.
INSPECTON AND ACCEPTANCE TERMS: Supplies will be inspected by requiring office's technical representative and accepted at destination.
The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-6 Restriction on Subcontractor Sales to the Government; FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-7 Central Contractor Registration; FAR 52.204-10 Reporting
Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; AGAR 452.204-70 Inquiries; FAR 204-19 Incorporation by Reference of Representations and Certifications; FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation- Commercial Items (filled in as follows: Technical specifications and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.216-24 Limitation of Government Liability; FAR 216.25 Contract Definitization; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-28 Post Award Small Business Program Re-representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-17 Non-displacement of Qualified Workers; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity Employment; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran-Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.232-39 Unforceability of Unauthorized Obligations; FAR 52.233-2 Service of Protest; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.242-15 Stop-Work Order; FAR 52.243-FAR 52.244- 6 Subcontractors for Commercial Items; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.243-1, Alternate 1, Changes – Fixed Price; FAR 52.243-4 Changes; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); 52.252-2 Clauses Incorporated by Reference.
To be eligible for an award, all contractors must be registered in the System for Award Management (SAM). A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A UEI (Unique Entity ID) number is required in order to register. All invoices shall be submitted and paid electronically.
Quotes must be received no later than August 22, 2023, 4:00pm Central Standard Time.
Questions regarding this combined synopsis/solicitation are due no later than 3:00 PM CST on Thursday August 17, 2023. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.
Attachments/Links
Contact Information
Contracting Office Address
- 141 EXPERIMENT STATION ROAD
- STONEVILLE , MS 38776
- USA
Primary Point of Contact
- Lynn Hults
- lynn.hults@usda.gov
- Phone Number 9124649723
Secondary Point of Contact
History
- Sep 06, 2023 10:55 pm CDTCombined Synopsis/Solicitation (Updated)
- Aug 11, 2023 08:01 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 10, 2023 07:43 am CDTCombined Synopsis/Solicitation (Updated)
- Aug 02, 2023 08:49 am CDTCombined Synopsis/Solicitation (Updated)
- Jul 20, 2023 02:52 pm CDTCombined Synopsis/Solicitation (Updated)
- Jul 20, 2023 10:42 am CDTCombined Synopsis/Solicitation (Updated)
- Jul 19, 2023 07:14 am CDTCombined Synopsis/Solicitation (Original)