The government contract opportunities enclosed with this email are
provided to you by the Maryland APEX Accelerator. If you would like
to add or delete search criteria to your custom profile you may contact
the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.
DEPT OF DEFENSE, DEFENSE LOGISTICS AGENCY, DLA MARITIME - NORFOLK, CONTRACTING DIVISION (DLA-NMAB), PORTSMOUTH VA 23709-5000
61 -- VOLVO GENERATOR SET SOL N4215850375143 DUE 05/22/2025 at 02:00PM -04:00 POC LaTasha Pearson, latasha.pearson@dla.mil, tel:7572785042
The Defense Logistics Agency (DLA) Maritime Norfolk at Norfolk Naval Shipyard (NNSY) intends to award a Firm Fixed Price (FFP) Single Award Contract with Lowest Price Technically Acceptable (LPTA) Evaluation Factors for the item listed below. The required item is for commercial items prepared in accordance with the information in FAR Part 13 and FAR Subpart 12.6, as supplemented with the additional information included in this notice.
The Contract Line Items (CLINs) are as follows:
CLIN 0001 Penta Volvo TWD1673GE Engine (1800 RPM) Tier 4 Final generator set QTY: 1 U/I: EA
- Contractor workmanship shall provide a standard of quality consistent with that of OEM specifications. Contractor shall ensure that all personnel assigned to this contract possess suitable professional skills, qualifications, and certifications to accomplish the modification made to the Volvo Penta TWD1673GE Engine.
- The Volvo Penta TWD1673GE Engine shall be modified within all specifications of the OEM and the requirements of the (Statement of Work-SOW). The Contractor shall be responsible for following all OEM specifications using OEM drawings, documents, and service publications.
- All components and parts to be replaced or added shall be approved OEM parts. Where the OEM has substituted parts or components with a newer model or identification number, a record of superseded model numbers and designations shall be provided to the
- Government for its records. For OEM components or parts not available, an equivalent component or part shall be provided. Components or parts not sourced through the OEM require submittals to be submitted to contract representative (COR) for concurrence.
- Confirmation of compatibility to OEM component specifications and/or system design parameters. Location of the component or part on the set, including reference in the DC-39 DG set parts manual.
- The Volvo Penta TWD1673GE Engine (1800 RPM) Tier 4 Final generator set shall be equipped with quick connecting and disconnecting fuel connections to mate up with portable fuel cell requirements listed in section (3.4) of the (SOW).
- The Volvo Penta TWD1673GE Engine (1800 RPM) Tier 4 Final generator set Shall be equipped with quick connecting and disconnecting cables and fittings for all functions needed to run and control load bank in accordance with section (3.3) of the (SOW).
- The Volvo Penta TWD1673GE Engine (1800 RPM) Tier 4 Final generator set shall have quick connect caped ends with lanyards attached to all temporary connecting were the load bank and fuel cell connect.
CLIN 0002 Load Bank QTY: 1 U/I: EA
- Capable of applying a full load to (1) Volvo Penta TWD1673GE Engine (1800 RPM) Tier 4 Final generator set.
- Shall include all quick connecting and disconnecting cablings and fittings for all functions needed to run and control load bank to one (1) Volvo Penta TWD1673GE Engine (1800 RPM) Tier 4 Final generator set listed as a requirement in the (SOW).
- All Load bank leads and or cabling necessary to control load bank with in conjunction to one (1) Volvo Penta TWD1673GE Engine (1800 RPM) Tier 4 Final generator set shall be cut to no less than 25’ in length
CLIN 0003 Storage Bank QTY: 1 U/I: EA
- Fuel hoses shall include the return and supply with connections listed in this SOW.
- Fuel Cell hoses return, and supply shall have quick connecting / disconnecting low spill valves at each end of the hose.
- The Fuel Cell hose shall have one valve located at the one end of the hose tee ’ed
into the side of the hose for draining remainder fuel out of hose once hose is not use.
- The fuel cell shall have a fuel capacity of no less than 50 gallons.
- The fuel cell shall be mounted with locking wheels mounted on all four loaded points were by design the fuel cell makes contact with the ground.
- The fuel cell shall have all safety standards that comply with OSHA portable fuel tank regulations.
- The fuel connections shall have quick connecting lanyard caps attached while fuel cell are not in use.
- The fuel hose shall be no less than 25’ in length for the return and supply.
The requirement will be solicited as a total small business set aside. The NAICS code applicable to this procurement is 335312, Motor and Generator Manufacturing with a size standard of 1250 employees. The Product Service Code is 6115.
The anticipated delivery date for this acquisition is 02 July 2025. The solicitation, any documents related to this procurement, and all amendments issued will be in electronic form only. THE SOLICITATION IS NOT YET AVAILABLE.
The solicitation number is SPMYM125Q0067 and it is expected to be available on or about 07 MAY 2025 and posted to SAM.gov, https://sam.gov Quotes will be due by 2:00 PM EST on 22 MAY 2025. Responses to the solicitation notice shall be emailed to the attention of LaTasha Pearson as LaTasha.Pearson@dla.mil Please make sure that the solicitation number (SPMYM125Q0067) is included in the subject line of any email correspondence. Emails without subject lines will not be read because of security issues.
Potential offerors are hereby notified that the solicitation and any subsequent amendments will only be available by downloading the documents at www.SAM.gov (Contracting Opportunities). The Government is not responsible for inability of the Offeror's to access solicitation documents posted. No telephone or FAX requests will be accepted, and no hardcopy solicitation/amendment will be mailed or faxed.
All responsible sources may submit a proposal which may be considered by the Government. By submitting a quote, the offeror will be self-certifying that neither the principal corporate officials nor owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract resulting from the solicitation, except for awards to foreign vendors for work to be performed outside the United States. Lack of registration in the SAM database will make an offeror ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220, or via the Internet at https://www.sam.gov All questions shall be submitted in accordance with the solicitation, dates and procedures. Please direct all questions regarding this requirement to LaTasha Pearson at LaTasha.Pearson@dla.mil.
URL:
https://sam.gov/opp/69ad3dab0a92443e90307135312a69cf/view
OutreachSystems Article Number: 20250508/PROCURE/0901
Matching keyword(s): ti:generator?;