Load Banks 400kW and 100kW
ID: FA670324Q0023Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6703 94TH CONTRACTING FLIGHT PKDOBBINS AFB, GA, 30069-4900, USA

NAICS

All Other Miscellaneous Electrical Equipment and Component Manufacturing (335999)

PSC

MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT (6150)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking quotes for the procurement of a mobile road-legal trailer-mounted 400 kW load bank and a portable 100 kW load bank. The equipment must feature multi-voltage switchability, external quick disconnect connections, and a minimum one-year warranty, ensuring compliance with specific technical standards for operational readiness. This acquisition is set aside entirely for small businesses, with a firm fixed-price contract to be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotations electronically by September 16, 2024, at 2:00 PM EST, and are encouraged to contact W. Derrick Deeds at warren.deeds@us.af.mil or Kenneth Jacob at kenneth.jacob.1@dobbins.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines the provisions and clauses relevant to a federal government solicitation. It indicates that all provisions and clauses can be accessed on acquisition.gov and confirms compliance with the latest Federal Acquisition Circulars. Offerors are required to fill out applicable clauses and submit them with their quotes. The document lists numerous clauses, including those addressing factors such as payment methods, contracting officer representation, small business set-asides, labor standards, and cybersecurity requirements. Key clauses relate to equal opportunity, minimum wage stipulations under executive orders, and restrictions on certain foreign purchases. This collection of provisions ensures compliance with federal regulations and promotes fairness, transparency, and accountability in government contracting. The structure is segmented into numbered provisions, each detailing specific regulatory compliance and operational guidelines for contractors engaging in federal procurement processes.
    The document outlines a Request for Proposal (RFP) for the procurement of two specific portable load banks: a 400 kW mobile load bank mounted on a trailer and a 100 kW portable load bank. The contractor is required to provide all necessary components, including labor, tools, materials, and supervision, ensuring the equipment meets detailed specifications. The mobile load bank must feature a multi-voltage switchable design, with external quick disconnect connections and a one-year warranty. Similarly, the portable 100 kW load bank is expected to have identical capabilities, along with a travel case and handles for ease of transport. The document includes a pricing schedule and spaces for the contractor’s business details and an authorized representative's signature. The purpose of this RFP is to identify qualified suppliers who can deliver the necessary load bank equipment that aligns with the project's technical specifications and requirements for functionality and portability. This procurement process reflects the federal and state/local government's commitment to maintaining operational readiness and compliance standards for load testing equipment.
    The document outlines the Offeror Representations and Certifications required for submission with proposals under federal government contracts. It emphasizes the necessity for Offerors to verify that their annual representations and certifications in the System for Award Management (SAM) are complete, accurate, and up to date, particularly in relation to certain telecommunications and video surveillance products. The document elaborates on the prohibitions against using covered telecommunications equipment under specific sections of the National Defense Authorization Act, highlighting that no contracts can involve such equipment or services considered essential for federal operations. Additionally, it includes protocols for reporting past legal proceedings related to federal contracts, and outlines procedures regarding foreign person tax obligations on federal procurements. Overall, the document serves as a compliance and disclosure framework for offerors, ensuring accountability and upholding national security interests during government contracting processes. The content is structured to guide offerors through the representations, certifications, prohibitions, and disclosures necessary to submit a proposal successfully.
    The 94th Contracting Flight at Dobbins Air Reserve Base, Georgia, has issued a Request for Quote (RFQ) for a mobile road-legal trailer-mounted 400 kW load bank and a portable 100 kW load bank. Both units must meet specific technical standards, including multi-voltage switchability and external connections. The acquisition is entirely set aside for small businesses, with a firm fixed-price contract to be awarded based on the Lowest Price Technically Acceptable (LPTA) approach. Vendors must register in the System for Award Management (SAM) and the Wide Area Workflow (WAWF) for payment processes. Quotes are required to include completed representations and certifications, a pricing schedule, and must adhere to specified delivery parameters. Submissions must be sent by September 11, 2024, at 2:00 PM EST, to designated contacts. The RFQ emphasizes the criteria for price evaluation and technical compliance to ensure fairness and value in the government procurement process. This solicitation underscores the government's focus on engaging small businesses while adhering to federal acquisition protocols.
    The government solicitation FA670324Q0023 requests bids for commercial supply of 400kW and 100kW load bank units with multi-voltage switchable capabilities (120/240, 120/208, 277/480 VAC). The configuration includes a rotary switch allowing selection between three voltage options: 120/208 V 3 Ph, 277/480 V 3 Ph, and 120/240 V 1 Ph. This solicitation is designated as a Total Small Business Set-Aside, not specifically for Women-Owned Small Businesses. The acquisition does not require any associated labor or services, emphasizing it as a supply purchase. Furthermore, the initially included clauses concerning information safeguarding (52.204-21 and 252.204-7012) have been removed, with a related class deviation on safeguarding information and cyber incident reporting now applied. This document reflects the focused nature of federal RFPs, highlighting specific requirements, eligibility, and modifications relevant to procurement processes.
    The document is an amendment to a solicitation for federal procurement, specifically concerning an extension of the submission deadline for offers. Originally due on September 11, 2024, the new deadline is set for September 16, 2024, while the submission time remains unchanged. The amendment also addresses inquiries from potential bidders and incorporates a Class Deviation related to safeguarding Covered Defense Information and Cyber Incident Reporting. The necessary acknowledgment of this amendment is outlined, detailing the methods for bidders to confirm receipt, which is critical to avoid offer rejection. Conditions and terms of the original solicitation remain intact, except where modified by this amendment. Additional attachments include answers to questions raised by bidders concerning the solicitation. The document underscores the importance of timely communication and compliance for contractors engaged in federal contracts, highlighting the structured procedures surrounding amendments in the solicitation and contracting process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    61--LOAD BANK,ELECTRICA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 19 units of an electrical load bank, identified by NSN 6150012162760. This solicitation is a Total Small Business Set-Aside, aimed at sourcing power distribution equipment critical for military operations and maintenance. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed via the DLA's online platform. For inquiries, potential bidders can reach out to the buyer at DibbsBSM@dla.mil, with quotes due within 166 days after the award date.
    61--LOAD BANK,ELECTRICA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure three units of electrical load banks under the presolicitation notice titled "61--LOAD BANK, ELECTRICA." The procurement involves National Stock Number (NSN) 7R-6150-016099054-P8, with delivery terms set as FOB Origin, and the government prefers early and incremental deliveries. These load banks are critical for testing and maintaining electrical power systems, ensuring operational readiness for naval equipment. Interested vendors should direct inquiries to Amelia C. Toften at (215) 697-6514 or via email at AMELIA.TOFTEN@NAVY.MIL for further details regarding the proposal submission process.
    BPA Equipment Load Testing
    Active
    Dept Of Defense
    The Department of Defense, specifically the 436th Contracting Squadron at Dover Air Force Base (AFB) in Delaware, is seeking sources for a potential Blanket Purchase Agreement (BPA) for equipment load testing services. This opportunity aims to identify responsible small business concerns capable of providing electronic and precision equipment repair and maintenance, as outlined under NAICS Code 811210. The BPA will require contractors to perform scheduled load tests on approximately 190 equipment items annually, ensuring compliance with safety standards and operational readiness for military logistics. Interested parties must submit a Market Survey by September 24, 2024, at 4:00 PM (EST) to both primary contacts, Sydney Hocker and Jordan Bongcayao, via their provided email addresses, and must be registered with the System for Award Management (SAM) to participate in future solicitations.
    F-16 Gun Maintenance Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of an F-16 Gun Maintenance Trailer, which is essential for maintenance operations on the F-16's 20MM Gun System at Homestead Air Reserve Base. The trailer must be designed to provide a stable working platform, featuring a split deck design that allows maintenance without removing external fuel tanks, and must include storage compartments and a crane rated for 300 pounds. This procurement is critical for ensuring operational safety and efficiency in military maintenance tasks, with a total small business set-aside and an anticipated award date no later than September 30, 2024. Interested vendors should submit their quotes to Contracting Officer Gleybis Carrera at gleybis.carrera.1@us.af.mil by the revised due date of September 17, 2024, at 9:00 AM EST.
    DPG WDTC Light Tower
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Dugway Proving Ground, is seeking bids for the procurement of a towable light tower under solicitation W911S6-24-Q-0039. The light tower must meet specific requirements, including a 1.5L Turbo engine, a 100-gallon fuel capacity, a hydraulic mast that extends to 26’10”, and integrated LED lighting, making it essential for operations at the West Desert Test Center. This procurement is a total small business set-aside under NAICS code 336212, with quotes due by 10:00 AM MST on September 23, 2024, and delivery expected within 60 days after order receipt. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Mark Pratt at mark.s.pratt4.civ@army.mil or by phone at 435-831-2094.
    61--CONDITIONER,POWER L
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five units of the Power Conditioner (NSN 6110016968798). This solicitation is a Total Small Business Set-Aside, aimed at ensuring that small businesses can compete for this contract, which falls under the Motor and Generator Manufacturing industry (NAICS 335312). The goods are critical for power distribution equipment, emphasizing their importance in military operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and all inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 164 days after the award date.
    Trailer, Height-Adjustable for Transport of Aircraft Jacks on Flight Line
    Active
    Dept Of Defense
    The Department of Defense, specifically the 115th Fighter Wing in Madison, Wisconsin, is seeking quotes for a height-adjustable trailer designed for the efficient loading and transportation of aircraft jacks on the flight line. The procurement aims to acquire the Wing Jack Trailer Model EPT2-220 or an equivalent, which is crucial for enhancing operational efficiency by allowing a single operator to safely transport multiple aircraft jacks while minimizing wear and tear. This trailer is intended solely for use on the flight line, emphasizing the importance of optimizing ground operations within military aviation. Interested vendors must submit their quotes by September 19, 2024, at 1:00 PM CDT, and should contact Scott Homner at scott.homner@us.af.mil for further inquiries. The solicitation is set aside for small businesses under NAICS code 336212, with a size standard of 1,000 employees.
    61--POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime in Albany, is seeking quotes for the procurement of five units of a power supply, specifically NSN 6120015681146. This solicitation is set aside for small businesses, in accordance with FAR 19.5, and aims to fulfill the need for electric wire and power distribution equipment, which are critical for various defense operations. Interested vendors are encouraged to submit their quotes electronically, with delivery expected within 90 days after order placement. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
    Modular/Mobile Trailer Leasing and Support Services BPA
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide Modular/Mobile Trailer Leasing and Support Services through a Blanket Purchase Agreement (BPA) at MacDill Air Force Base in Florida. The procurement aims to deliver turnkey modular facility solutions, including site preparation, design, installation, maintenance, and removal of temporary facilities to support command and control activities during building changes. This initiative is crucial for ensuring operational continuity and accommodating personnel needs effectively. Interested small businesses must submit their quotations by September 12, 2024, with a total funding ceiling of $9,999,999.99 for the performance period from October 1, 2024, to September 30, 2029. For further inquiries, contact Jason Wilkin at Jason.Wilkin.2@us.af.mil or call 813-828-1674.
    POWER SUPPLY
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for a non-regulated voltage power supply intended for aircraft applications. This procurement aims to acquire electrical power systems that meet specific quality assurance standards, including compliance with ISO 9001-2015, and emphasizes the importance of traceability through unique item identifiers. The solicitation is open to all businesses, with a particular focus on encouraging small business participation, and proposals are due by October 7, 2024. Interested contractors can reach out to James Maynard at james.maynard.6@us.af.mil or call 405-855-3351 for further details.