United States - Generator Replacement

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
18 September 2024
Opportunity publication date
09 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

View Changes AMENDMENT 0001
The purpose of this amendment is to post the questions and answers in response to the initial RFP and to extend the RFP closing date from September 13, 2024, 3: 00 PM EST to September 18, 2024, 3:00 PM EST.
The following is a list of documents that have been updated or added in response to the questions: 

J.2.1 Statement of Work_V2
50 Hz Power Plant One Line Diagram Existing
Questions and Answers I
Questions and Answers II

End of Amendment 0001
The U.S. Department of State (DOS), Office of the Procurement Executive (OPE) on behalf of the Bureau of Overseas Buildings Operations (OBO), and in support of the U.S. Embassy, Baghdad, Iraq, Diplomatic Support Center (BDSC), has a requirement for the procurement and logistics services of replacement medium voltage metal enclosed/packaged generator systems. A total of nine (9) each packaged and enclosed systems are required for this procurement. This requirement also includes all logistic and coordination services required to deliver the systems to site.
This requirement is being solicited on a full and open competitive basis. The NAICS Code for this procurement is 335312, Motor and Generator Manufacturing. The period of performance is 30 months after Notice to Proceed. All responsible sources may submit a proposal which will be considered by the agency. All prospective contractors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov. An active registration in the System for Award Management (SAM) database is mandatory to be considered for award.
Award will be made in accordance with the procedures specified, and on the basis of the lowest priced technically acceptable proposal meeting the acceptability standards and non-price factors. A contract may be awarded to the contractor who is deemed responsible IAW FAR 9.1, as supplemented, whose proposal conforms to the requirements (to include all stated terms, conditions, representations, certifications, and all other information required by the solicitation) and is judged, based on the evaluation factors and subfactors, to represent the technically acceptable proposal with the lowest price.
This scope of work DOES NOT include any construction services or requirements.
This requirement includes contractor services to provide replacement equipment, execute, manage, and oversee scheduling and production activities, provide manufacturer submittal and shop drawing details, equipment assembly and fabrication drawings and details, O&M equipment servicing and installation manuals, test reports and summaries, equipment replacement part and supply manuals. During fabrication and production vendor should be able to provide progress updates and scheduling services and coordinate and execute all logistic activities required to deliver the equipment to site. This shall include all customs and local freight forwarder activities, coordination with Post and host country authorities, and freight movements. All shipments shall be arranged and booked door to door. All shipments shall be completed via unsecure commercially available means without transit security restrictions.
The Contractor shall furnish all equipment and services necessary to manage, plan, and implement all requirements for material, procurement, shipping and supervisory oversight necessary to execute and successfully complete this activity in accordance with any ordering documents, specifications and instructions. This scope of work also includes logistics services and all associated procurement activity management functions. There will be no government furnished equipment or property.
All equipment furnished by the contractor shall be designed, built, fabricated or assembled at a site, city and country that is accessible to the US Government inspection personnel, including COR, CO and other designated staff that may be engaged with quality assurance or control activities. US Government access to contractor facilities and locations shall be made without undue host country visa or security restrictions.
 All testing and commissioning activities, including individual components and fully assembled system level and completed assembly testing and commission shall be executed at a site accessible to US Government representatives and all testing and commissioning facilities shall be disclosed by the contractor.
See attached RFP with full details, including a response deadline, complete pricing schedule format, statement of work and instructions to offerors. All questions regarding this solicitation should be directed to Jose Vasquez at vasquezj4@state.gov and Peter Allen at allenpj@state.gov.

Opportunity closing date
18 September 2024
Value of contract
to be confirmed

About the buyer

Address
ACQUISITIONS - AQM MOMENTUM

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?