Connecticut Bids > Bid Detail

LOAD TEST 1.2 MEGAWATT (MW) EMERGENCY DIESEL GENERATORS (EDG) NUMBERS FOUR AND FIVE

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159413113895667
Posted Date: Dec 12, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/347dd0b62c...
Follow
LOAD TEST 1.2 MEGAWATT (MW) EMERGENCY DIESEL GENERATORS (EDG) NUMBERS FOUR AND FIVE
Active
Contract Opportunity
Notice ID
N62789-24-Q-0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA SUPSHIP
Office
SUP OF SHIPBUILDING GROTON
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 (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 12, 2023 11:35 am EST
  • Original Date Offers Due: Dec 18, 2023 08:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J019 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Groton , CT 06340
    USA
Description

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.



Solicitation Number N62789-24-Q-0003 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC-2022-03 with an effective date of 30 December 2021.



This is a 100% small business set-aside. NAICS Code: 532490, size standard: $40,000,000.



CLIN 0001: The contractor shall provide load test 1.2 megawatt (MW) Emergency Diesel Generators (EDG) Numbers Four and Five. The contractor shall provide a self-contained load bank that includes resistive and reactive load bank elements, an operator, and all required cables to connect the load bank to the EDGs. See SPEC for additional information and requirements.



The contractor is to include delivery and pick-up at the government facility located at Naval Submarine Base, New London, CT. Offeror shall provide the specs for the Load Bank and size of cables and connectors.



CONTRACTOR TO PROVIDE A QUOTE BROKEN DOWN IN THE FOLLOWING MANNER:



$X.XX – LOAD BANK TESTING FOR 1.2 MW EDG



$X.XX – DELIVERY/PICKUP



$X.XX – TOTAL COST



Delivery location is as follows:



Naval Submarine Base New London



Groton, CT 06349-5000



M/F: Jim Crudden Phone: 860-694-24



The Government will evaluate the total offers for award purposes by adding the total price for all line items. Evaluation of all line items will not obligate the Government to award all line items. The Government intends to evaluate the quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.



Proposals are due prior to 8:00AM EST, 18 December 2023. Late submissions will not be accepted.





Offers should be submitted via electronic commerce. The electronic address for receipt of offers is: Jeffrey.o.avanzino.civ@us.navy.mil. Offerors should identify the RFQ number in the Subject Line of the email. Offerors are advised to submit electronic documents early and confirm successful transmission/receipt.





The System for Award Management (SAM) is a Government-maintained database of companies wanting to do business with the Government. A firm must register and be active in SAM to receive a Federal award. Register at: https://sam.gov/SAM/pages/public/index.jsf.





Per FAR 52.212-2 – Evaluation – Commercial Items:





(a) 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.



The following factors shall be used to evaluate offers:



1) Lowest Price



2) Technically Capability



The Government will issue an award to the offeror whose quote is the Lowest Price that is determined to meet at least the minimum requirements to be determined Technically Capable.



(1) Technically Capable is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and the attached specifications, including evidence of the offeror's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is imperative that the offeror submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the Government to determine technical capability and quoted price may be cause for rejection of your quote.



(b) 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.





The Government reserves the right to award one line, all line items or any combination thereof. If multiple line items are awarded, costs/prices for each line item will be totaled and award amount will be based on that total.





Award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the best overall value, price and other factors considered. In determining the best overall response, the combined non-cost/price factors are more important than the cost/price factor; however, cost/price is a significant factor. The Government may select for award the offeror whose price is not necessarily the lowest, but whose technical proposal is more advantageous to the Government and warrants the additional cost. Offerors must satisfy the requirements described in the performance criteria, as well as other RFQ requirements. Offers that take exception to any performance criteria are unacceptable.





SPEC Reference 2.2 EDG Cable Connections is provided in the attachments of this solicitation. Please request any additional references required.


Attachments/Links
Contact Information
Contracting Office Address
  • CONVERSION AND REPAIR USN 73 EASTERN POINT RD
  • GROTON , CT 06340-4990
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 12, 2023 11:35 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >