Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
SOLICITATION NOTICE

S -- 112 ELECTRICAL TESTS/INSTALL SWITCHGEARS - HAVASUPAI ELECTRIC DISTRIBUTION SYSTEM

Notice Date
7/27/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S.Department of the Interior, Bureau of Indian Affairs, Western Regional Office, P.O. Box 10, Phoenix, Arizona, 85001-0010
 
ZIP Code
85001-0010
 
Solicitation Number
RMH00040028
 
Response Due
8/17/2004
 
Archive Date
9/17/2004
 
Point of Contact
Doris Hyeoma, Contract Specialist, 602-379-4015, FAX 602-379-6763
 
Description
HAVASUPAI ELECTRICAL DISTRIBUTION SYSTEM, HAVASUPAI, ARIZONA: ELECTRICAL TESTING AND INSTALLATION OF NEW PRIMARY WIRE BETWEEN SWITCHGEARS 6 AND 7. THIS IS A COMBINED SYNOPSIS/SOLICITATION for commercial products/services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation incorporates provisions and clauses in effect through FAR, Federal Acquisition Circular 2001-21. The following FAR provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items. OFFERORS ARE REQUIRED TO SUBMIT a completed copy of 152.212-3 Offeror Representations and Certifications - Commercial Items, with its offer. FAR 52.212-4 Contract Tems and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items, of which the following are applicable (a) 52.222-3 Convict Labor; (b) 52.233-3 Protest After Award; (c) 52.222-21 Prohibition of Segregated Facilities; (d) 52.222-26 Equal Opportunity; (e) 52.225-1 Buy American Act-Supplies; (f) 52.225-13 Restrictions on Certain Foreign Purchases; (g) 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; (h) 52.222-41 Service Contract Act of 1965, as amended. FAR 52.204-7, Central Contractor Registration - OFFERORS ARE REQUIRED TO BE REGISTERED IN THE CCR DATABASE. The Bureau of Indian Affairs, Truxton Canon Field Office, Valentine, Arizona, requires electrical companies to provide all equipment, materials, supplies, labor, and all work necessary to execute and complete the following: HAVASUPAI ELECTRIC DISTRIBUTION SYSTEM: [1] Test oil in (39) transformers; [2] Visual and mechanical inspection; [3] Documentation of equipment nameplate data; [4] Inspection for physical damage, proper installation, anchorage and grounding; [5] Verification of dielectric liquid in tank and brushings for proper level and leaks; [6] Documentation of pressure gauge reading, if accessible; [7] Verification of tap setting; [8] Verification of proper core grounding, if accessible. ELECTRICAL TESTS: [1] Sampling of insulating oil in accordance with ASTM D-923. Sample is laboratory tested for - (a) dielectric strength: ASTM D-877 (or ASTM D-1816); (b) Acid neutralization number: ASTM D-974; (c) Interfacial tension: ASTM D-971 (or ASTMD-2285); (d) Color number: ASTMD-1500; (e) Visual condition: ASTM D-1524; (f) Moisture Content: ASTM D-1533; (g) Power factor: ASTM D-924; [2] Sampling of insulating liquid in accordance with ASTM D-3613 and performance of dissolved gas analysis (DGA) in accordance with ANSI/IEEE C5704 or ASTM D-3612. [3] Brass valves and fittings will be installed on transformers to aid in the sampling of the equipment now and in the future. INSTALLATION OF NEW PRIMARY WIRE BETWEEN SWITCHGEARS 6 AND 7 TO CONSIST OF THE FOLLOWING: [1] Dig and backfill ditch for project; [2] Installation of three 2-inch conduits for primary cable; [3] Installation of three spare 2-inch conduits and one 3-inch spare conduit into empty hand hole locations; [4] Installation of pull strings in all conduit; [5] Feed through cabinets instead of burial splices at all pull locations; [6] certify that it is a manufacturer or regular dealer for the services and products provided; and [7] Include warranty coverage consistent with customary commercial practices. Offeror shall provide transportation for the engineer performing this service, to and from the remote job site (located in the bottom of the Grand Canyon). This project will provide a start of a replacement system of conduit to support an already failing installation of primary electric. PRICE RANGE IS: $25,000 to $100,000. PERFORMANCE TIME IS 90 calendar days. SIC/NAISC Codes are: S112/221122. Submit a proposed work schedule for approval. The Contracting Officer's Representative for the project will be Mr. J. Clint Walker, Facility Manager, Truxton Canon Field Office. For site inspections contact person is J. CLINT WALKER, 928-769-3315 (FAX 928-769-2444) for directions. A site inspection is recommended. The Government will award a fixed-price simplified contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined most advantageous to the Government, price and technical considered. PROPOSALS ARE DUE AT BUREAU OF INDIAN AFFAIRS, WESTERN REGIONAL OFFICE, CONTRACTS: ATTENTION: DORIS HYEOMA, CONTRACT SPECIALIST, P. O. BOX 10, OR 400 NORTH FIFTH STREET, PHOENIX, ARIZONA, 85004. PLEASE INCLUDE YOUR NAME, COMPANY NAME, ADDRESS, TELEPHONE/FAX NUMBERS, THE SOLICITATION NUMBER AND INDICATE THE PACKAGE AS A BID RESPONSE. BIDS ARE DUE BY 17 AUG 2004, 4:30 P.M. LOCAL TIME AT BID OPENING.
 
Place of Performance
Address: Bureau of Indian Affairs, Truxton Canon Field Office, P. O. Box 37, Valentine, Arizona
Zip Code: 86437
Country: US
 
Record
SN00631383-W 20040729/040727212427 (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.