Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2004 FBO #0831
SOLICITATION NOTICE

61 -- 5000KVA Substation Overhaul

Notice Date
3/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Naval Facilities Engineering Command, Contracts Office, Port Hueneme, 3502 Goodspeed Street, Suite 2 Building 41, Port Hueneme, CA, 92043-4306
 
ZIP Code
92043-4306
 
Solicitation Number
N47408-04-T-0511
 
Response Due
3/30/2004
 
Archive Date
4/14/2004
 
Point of Contact
Kris Slaton, Contracting Officer, Phone 805-982-5056, Fax 805-982-3015,
 
E-Mail Address
kristan.slaton@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation N47408-04-T-0511. The Mobile Utilities Support Equipment Division of the U.S. Naval Facilities Engineering Logistics Center, Port Hueneme, Ca has a requirement for the overhaul of a 5000 KVA Substation. Initially the substation shall undergo a component evaluation to define the level of overhaul required to bring the unit up to in-service operational condition. Based upon the findings of this evaluation, the contractor shall perform the appropriate overhaul. The contractor shall manufacture new switchgear cabinets identical in size, weight, and layout of the existing switchgear cabinet. The contractor shall either construct a new transformer tank or transformer tank roof. All transformer bushings shall be re-qualified, and the substation shall be painted. The transformer/core assembly shall undergo a dehydration process, tested, and certified for continued in-service use. The contractor is required to submit a summary of all data gathered from testing performed on the transformer/core assembly prior to dehydration and during dehydration. The substation shall be fitted with a new transformer tank or transformer tank roof, radiator assembly, auxiliary devices, data plates, tap-changers, and filled with new mineral oil. Except where indicated, the substation shall maintain its current configuration, capabilities, and lifting scheme. All doors and openings shall be fitted with new seals. All rust shall be removed from internal and external surfaces of the substation and the entire substation shall be re-painted. The substation and auxiliary components shall be tested in accordance with the latest versions of ANSI C37 and C57 Standard Test Methods. Contractor shall be responsible for transportation costs of substation to and from contractor?s facilities as well as costs to offload and load the substation at contractor?s facilities. The contractor shall submit a milestone schedule no later than 45 days after receipt of the unit at contractor?s facility. The substation shall be delivered to the designated Government facility no more than 180 days after receipt of the unit at contractor?s facilities. This is a Commercial Item procurement utilizing Simplified Acquisition Procedures issued as prescribed in the Federal Acquisition Regulation Part 13.5. The government intends to award a firm fixed-price purchase order to the responsible offeror whose proposal, conforming to the Request for Quotation (RFQ), will be the most advantageous to the Government resulting in the Best Value, price and other factors considered. The proposals will be evaluated based on (1) Technical Acceptability, (2) Price and (3) Past Performance. The government intends to evaluate proposals and award the purchase order without discussions with the offerors. Therefore, each offer should contain the best terms from a price, past performance and technical standpoint. Offerors MUST submit sufficient technical information and/or descriptive data with their quotation, that will provide evidence to support a determination of technical acceptability. The government reserves the right to conduct discussions if later determined to be necessary by the Contracting Officer. THIS SOLICITATION IS 100% SET-ASIDE FOR SMALL BUSINESS. The NAICS Code is 335311 and the small business size standard is 750 employees or less. In accordance with FAR 5.102(a)(1) availability of the RFP will be limited to electronic medium. The RFP will only be available via download from NAVFAC?s E-sol Internet database http://www.esol.navfac.navy.mil. Hard copies or CD-Rom will not be provided by the Contracting Office. All contractors must register on the E-sol database to be able to download the RFP but any contractor may view the RFP without registration. Notification of any changes (amendments) to the solicitation will be electronically e-mailed to the contractors who have registered for the solicitation on the E-sol web-site. It will be the contractor?s responsibility to download any posted changes. All contractors must be registered in the Central Contractor Registration (CCR) database prior to award of any DoD contract. Contractors may register via Internet at www.ccr.gov. The issue date for the RFQ is on or about 04 March 2004 with a bid closing date of 30 March 2004, at noon. Submit proposals and supporting documentation to: Naval Facilities Institute, NAVFACCO, Code NF22, Attn: Kris Slaton, 3502 Goodspeed Street Suite 2, Port Hueneme, CA 93043-4337. Questions must be submitted in writing to kristan.slaton@navy.mil.
 
Place of Performance
Address: unknown at this time
Country: US
 
Record
SN00536861-W 20040306/040304223355 (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.