United States - Two Marine Generators for the Fleet Vessel McNamara

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
17 September 2024
Opportunity publication date
04 September 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

The U.S. Army Corps of Engineers (USACE), St. Paul District has a requirement for a contractor to provide 2 new marine generators for the Maintenance and Repair Division; Motor Vessel McNamara.  This procurement will include delivery to the Fountain City Service Base located in Fountain City, WI on or before October 30, 2024. 
The North American Industry Classification System (NAICS) code for this project will be 335312, Motor and Generator Manufacturing with a size standard of 1,250 employees.

The resulting contract shall be a Firm, Fixed-Price contract.

The solicitation is a Total Small Business set-aside. 

The solicitation is a request for quote (RFQ).

The following is a brief description of the product specifications. 

Marine Generator Sets shall meet or exceed the following specifications:

30 KW, 120/208-volt 60Hz, three phase wye connection, multi-tap, open set (no sound enclosure), radiator cooled.
Constructed and Tested with a minimum fuel/ emission rating of EPA Tier 3 or Tier 4 utilizing #2 diesel fuel.
Engine/Generator shall have emergency shutdown devices.
Shutdown features shall include but not limited to high jacket water temperature, low oil pressure, and over speed.
Engine will have starter over-crank protection feature.
Will have an engine mounted gauge panel.
Gauge Panel will include oil pressure, jacket water temperature, 12VDC alternator charging rate, engine hour meter, RPM meter, A/C voltage, and frequency and amperage outputs.
Gauge Panel will display diagnostic information, to include high temperature, oil pressure, starter over-crank, generator over speed, over voltage, and over frequency.
Dimensions required: Length 59”-61”, Width 29”-31”, Height 44”-46.”
Weight Range: 1,200 to 1,300 lbs.
One operator’s manual, one parts manual and one service manual shall be included for each generator.

No CD's or hard copies of the solicitation will be available. Offerors are responsible for checking the Contract Opportunities website (https://sam.gov/content/opportunities) for any update(s) to the solicitation.  The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the document posted at the referenced website.

There is no “Plan Holder List” for this project.  The interested vendors list is listed as part of the solicitation posting on the Contract Opportunities website.  In order to view this list, vendors will need to sign-in to their SAM account.

In order for contractors to conduct business with the Department of Defense, the contractor must provide registration information to the System for Award Management (SAM). All Offerors must be registered in SAM prior to receiving an award, have an active SAM account, and have the Representations and Certifications (FAR and DFARS) sections completed prior to award. Registration instructions may be obtained, and online registration may be accomplished, at https://sam.gov/content/entity-landing.

As required by 15 U.S.C. 644(w), the Corps of Engineers’ policy and procedures, as well as past performance information, in regard to definitization of requests for equitable adjustments is found at https://www.usace.army.mil/Business-With-Us/Partnering.

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

About the buyer

Address
W07V ENDIST ST PAUL

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

Is there anything wrong with this page?