Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2003 FBO #0525
SOLICITATION NOTICE

59 -- PAD MOUNTED TRANSFORMERS

Notice Date
5/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK ACQUISITION GROUP, CODE 200 1968 GILBERT STREET, SUITE 600, NORFOLK, VA, 23511-3392
 
ZIP Code
23511-3392
 
Solicitation Number
N00189-03-T-0242
 
Response Due
5/20/2003
 
Archive Date
6/4/2003
 
Point of Contact
Brandon Bucher, Contract Specialist Intern, Phone 757-443-1425, Fax 757-443-1389, - David Zareczny, Purchasing Agent, Phone 757-443-1431, Fax 757-443-1333,
 
E-Mail Address
brandon.bucher@navy.mil, david_c_zareczny@nor.fisc.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required item under RFQ N00189-03-T-0242 a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase on a full and open competitive basis the following items: (1) 2 each, Pad-Mounted Transformer 100 KVA, clam shell enclosure, primary voltage: 12470 delta loop ? 4 high voltage wells and inserts on primary, secondary voltage: 240/120 ? 3 low voltage spades, 2- bayonet fuses, split taps, Bil: 95, Phase: 1, 60HZ, Taps: 105.0/102.5/100.0/97.5/95.0, loop feed, 4 std. wells w/ (RTE) inserts, stud, spade H (alum.), bayonet w/ link, core watts: 215, winding watts: 1259, total watts: 1474, weight: 1376, overall base dim: 34x36x35, built in accordance with ANSI C57.12.25, four lifting lugs, grounding lugs, one-two position on/off load break switch, high voltage warning signs, copper primary & secondary windings. (2) 2 each, Pad-Mounted Transformer 300 KVA, all copper windings primary and secondary, transformer must meet all ANSI standards, loop feed, primary voltage: 12470 delta ? 95KV BIL, secondary voltage: 208Y/120 ? 30 KV BIL, with four lifting lugs, 60 HZ, dead front, taps: 2 @ 2.5% above & 2 @ 2.5% below, temperature rise: 65 Deg. C, divider partition (high/low barrier) to separate primary and secondary compartments, transformer must be provided with two doors ? one for the primary compartment and one for the secondary compartment, two ?? pinta-head bolts must be removed from the flange formed on the steel high/low barrier before the high voltage door can be opened, pad lock handle entry on the secondary door, secondary termination: 4 ? hole spades, all primary and secondary bushings must be enclosed, fusing: bay-o-net oil-immersed expulsion fuse, switching: 300A two-position (on/off) gang-operated oil-immersed load break switch, inserts and bushing wells standard, must come with grounding lugs for primary and secondary, pressure relief valve and fill plug, meter package-CT?s, meter, socket, fuse, & fuse block, pressure vacuum gauge, HV warning sign, drain valve, must provide MSDS for contents of transformer, must provide PCB test data and no more than one parts per million (PPM), must come with stainless steel data plate with all transformer information on plate. (3) 1 each, Pad-Mounted Transformer 150 KVA, all copper windings primary and secondary, transformer must meet all ANSI standards, loop feed, primary voltage: 12470 delta ? 95KV BIL, secondary voltage: 208Y/120 ? 30 KV BIL, with four lifting lugs, 60 HZ, dead front, taps: 2 @ 2.5% above & 2 @ 2.5% below, temperature rise: 65 Deg. C, divider partition (high/low barrier) to separate primary and secondary compartments, transformer must be provided with two doors ? one for the primary compartment and one for the secondary compartment, two ?? pinta-head bolts must be removed from the flange formed on the steel high/low barrier before the high voltage door can be opened, pad lock handle entry on the secondary door, secondary termination: 4 ? hole spades, all primary and secondary bushings must be enclosed, fusing: bay-o-net oil-immersed expulsion fuse, switching: 300A two-position (on/off) gang-operated oil-immersed load break switch, inserts and bushing wells standard, must come with grounding lugs for primary and secondary, pressure relief valve and fill plug, meter package-CT?s, meter, socket, fuse, & fuse block, pressure vacuum gauge, HV warning sign, drain valve, must provide MSDS for contents of transformer, must provide PCB test data and no more than one parts per million (PPM), must come with stainless steel data plate with all transformer information on plate. Delivery will be 12 weeks/ARO. FOB: Point Destination to Norfolk, VA 23511. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (July 2002) ALTERNATE I (APR 2002), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2002), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders (MAY 2002) within this clause, the following clauses apply and are incorporated by reference: 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era and Eligible Veterans (38 U.S.C. 4212), 52.222-19 Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.225-13 Restrictions on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (31 U.S.C. 3322), FAR 52.215-5 Facsimile Proposals (OCT 1997), 5252.NS-050T Minimum DOD contract requirements for compliance with Pinewood Nematode. The RFQ document, (N00189-03-T-0242), provisions and clauses which have been incorporated are those in effect through FAC 2001-13. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEC 2002) within this clause the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998) (41 U.S.C. 10a-10d, E.O. 10582), 252.225-7000 Buy American Act--Balance of Payments Program Certificate (SEP 1999), DFAR 252.204-7004, (NOV 2001), Required Central Contractor Registration, (a) Definitions. As used in this clause (1) Central Contractor Registration (CCR) database means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) Data Universal Numbering System +4 (Duns+4) number, means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) Registered in the CCR database, means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States (2) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government?s reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http: //www.ccr.dlsc.dla.mil-- At a minimum, responsible sources should provide this office: a price proposal on letterhead /or a SF1449. Either a price proposal on letterhead, or a SF1449 should show the requested items, with their unit prices, extended prices, prompt payment terms, remittance address, Tax I.D. #, Duns #, Cage code. Responses to this solicitation are due by May 20, 2003, at 16:30, or 4:30 P.M. Offers can be emailed to brandon.bucher@navy.mil, or faxed to (757-443-1389) or mailed to: Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: Brandon Bucher, Code 203C, Norfolk, VA.23511-3392. Reference RFQ N00189-03-T-0242, on your proposal. Numbered Notes, number 1 applies. The proposed contract is 100% set aside for small business concerns, NAICS 335311 (750 Employees).
 
Record
SN00318978-W 20030508/030506213540 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.