Similar Projects
Lighting - SR 817
Infrastructure
Sub-Bidding
$659,610 CJ est. value
Plantation, FL 33324

FEMA Generator Project LS W-15, W-14, E-06, E-03, E-01 and SW-08 Backup Electrical
Alteration
Post-Bid
$1,176,000 est. value
Hollywood, FL

Generator Maintenance and Repair Services
Term Contract
Post-Bid
Lauderhill, FL

Effluent Pumps Standby Generators and Administration Building - G.T Lohmeyer WWTP
Alteration
Results
Fort Lauderdale, FL 33316

Lift Station Panels Replacement
Term Contract
Results
$434,025 est. value
Plantation, FL

Generator Maintenance and Repair Services
Term Contract
Post-Bid
Lauderhill, FL

Solar Light Replacement Fixtures
Alteration
Results
Dania Beach, FL

Miscellaneous Electrical Services
Term Contract
Post-Bid
Davie, FL 33328

Electrical Maintenance, Contracting Services and Projects - Collegewide
Term Contract
Results
Fort Lauderdale, FL

Electrical Services
Alteration
Post-Bid
Sunrise, FL

Emergency Power Generator and Electrical Upgrades for Fire Station 68
Alteration
Results
$180,000 est. value
Davie, FL 33328

Diesel Generator Replacement
Renovation
Post-Bid
$145,000 CJ est. value
Wilton Manors, FL 33334

Fire Station No. 3 Emergency Generator Replacement
Renovation
Results
$200,000 est. value
Plantation, FL 33325

Plantation East Water Treatment Plant Electrical Modification
Renovation
Post-Bid
$683,270 CJ est. value
Plantation, FL 33317

Northwest Regional Development LLC - Rehabilitation
Alteration
Results
Fort Lauderdale, FL 33311

Last Updated 09/21/2023 03:03 AM
Project Title

Removal and Replacement of a Detroit Diesel 60 Series 14.0L 405KW Generator set

Physical Address View project details and contacts
City, State (County) Davie, FL 33314   (Broward County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Contract Award, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $425,977 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Sep 13, 2023 Contract Award Number: 12405B23P0440 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: X87VQQCHNU79 Contractor Awarded Name: READY POWER LLC Contractor Awarded Address: New Orleans, LA 70125 USA Base and All Options Value (Total Contract Value): $425,977.00 This is a combined synopsis/solicitation for commercial goods and commercial services 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. The solicitation number is 12405B23Q0390 and is issued as a request for quotation (RFQ). The NAICS code is 238290 - Other Building Equipment Contractors. This solicitation document incorporates those provisions and clauses in effect through Federal Acquisition Circular 2023-03. The USDA, ARS facility in Ft Lauderdale, FL requires the removal and replacement of a Detroit Diesel 60 Series 14.0L 405KW Generator set. This includes the following: 1. Remove and dispose of the existing Detroit Diesel Series 60 emergency generator. Any parts of the existing generator assembly (fuel tank, pad, associate electrical equipment, etc.) that can be re-utilized in the new installation shall be retained as U.S. Government property and shall be re-utilized in the installation of the new direct replacement (in terms of KW and operational requirements) emergency generator. 2. Provide and install quick hookup connections and isolation switch(es) to connect temporary generator into the emergency transfer switch system to facilitate providing emergency power to IPRL for periods when emergency generator is inoperable. 3. Provide, install, program and test temporary emergency generator to operate on a monthly basis July-November 2023, unless new generator (see 3.2.4 below) is installed and operational sooner. Connect this generator to existing IPRL fuel supply. 4. Provide and install a new direct replacement for emergency generator of the same or higher rating as a 405KW 14.0L Detroit Diesel Series 60 engine that complies with all Federal generator requirements (Tier 4 compliant). 5. Upgrade existing analog transfer switches to modern digital transfer switches, upgrade electronic engine controls, and upgrade other related electrical equipment to all applicable Federal, State and Local current codes as required. 6. Test the new emergency generator installation to ensure immediate availability for use prior to turning over to Ft. Lauderdale Lab. 7. Provide training and manuals on operations and maintenance of new engine, switches, and associated equipment. Any quotes not meeting the minimum specifications will not be considered. DOCUMENTS TO BE INCLUDED IN QUOTE: In order to be considered for award Offerors shall provide 1) a Quote on company letterhead detailing the item description, unit price per item, discounts for trade-ins, total price and valid for at least 60 days after receipt of quote; and 2) FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATION-COMMERCIAL GOODS AND COMMERCIAL SERVICES; The Representation and Certification section must be completed electronically in the System for Award Management (SAM) website at www.sam.gov. REJECTION OF QUOTATION: Failure to demonstrate compliance will be caused to reject the quote without further discussions. All responsible sources may submit an offer and will be considered. The following clauses and provisions apply to this acquisition. 52.252-2 Clauses Incorporated by Reference; 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL GOODS AND COMMERCIAL SERVICES applies,; 52.222-3, Convict Labor; 52.233-3, Protest after award; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; applicable to this acquisition; 52.252-1 Solicitation Provisions Incorporated by Reference; 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL GOODS AND COMMERCIAL SERVICES; 52.223-1 Biobased Product Certification; 52.223-4 Recovered Materials Certification; 52.212-2 Evaluation-Commercial Products and Commercial Services ; 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES; 52.217-8 Option to Extend Services. AGAR Clauses 452.204-70 Modification for Contract Closeout As prescribed in USDA's Contracting Desk Book 404.804 and 413.302-5, insert the following clause: MODIFICATION FOR CONTRACT CLOSEOUT (DEVIATION JULY 2022) "Upon contract closeout for contracts utilizing Simplified Acquisition Procedures (SAP) according to FAR part 13, (a) If unobligated funds in the amount of $1000 or less remain on the contract, the Contracting Officer (CO) shall issue a unilateral modification for deobligation. The contractor will receive a copy of the modification but will not be required to provide a signature. The CO shall immediately proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment. (b) If unobligated funds of more than $1000 remain on the contract, the CO shall issue a bilateral modification for deobligation. The contractor will receive a copy of the modification and will be required to provide a signature. (The CO may also request a Release of Claims be completed by the contractor, although not required for contract and orders using SAP.) If the bilateral modification and Release of Claims are not returned to the CO within 60 days, the CO shall release the modification as unilateral and proceed with contract closeout upon completion of the period of performance, receipt and acceptance of supplies or services, and final payment." (End of clause) QUOTED PRICE MUST INCLUDE: any delivery costs as well as any applicable duties, brokerage, or customs fees. DELIVERY DUE DATE: The Government requires delivery on or before 30 ARO, however, each offeror shall include their proposed delivery schedule as part of their quotation. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Contractors intending to conduct business with the Federal Government MUST register with the System for Award Management (SAM) database prior to submitting quotation. You may register online at www.sam.gov. Any amendment and documents related to this procurement will be available electronically at the Internet site: http://www.SAM.gov. FAR 52.212-2, Evaluation-Commercial Products and Commercial Services, the significant evaluation factors, in the relative order of importance, are (i) price, (based on F.O.B. Destination); (ii) technical capability of the item and service offered to meet the Government requirement including delivery date; and possibly (iii) past performance. Award will be made based on overall BEST VALUE to the Government. The government anticipates award of a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforms to the specifications that will be the most advantageous to the government in accordance with FAR 13.106-2. Responses shall include technical specifications, descriptive material and capabilities of the offeror's equipment. Offerors shall identity where the offered item meets or does not meet each of the Government's functional and performance minimum specifications listed herein. Place of Performance: USDA ARS Invasive Plant Research Lab 3225 College Avenue Ft. Lauderdale, Florida 33314 Primary Point of Contact: Richard Hawthorne Purchasing Agent richard.hawthorne@usda.gov Question Deadline 07/10/2023 at 1:00 PM ET Questions Regarding This Rfq Are Due to Richard Hawthorne at Richard.hawthorne@usda.gov. Questions Will Only Be Accepted via Email and Will Not Be Answered if Received After This Date/time.

Details

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents