Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOLICITATION NOTICE

59 -- Retrofit Kits for Westinghouse & General Electric Air Draw Circuit Breakers

Notice Date
5/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition and Logistics Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 3571, Gaithersburg, MD, 20899-3571
 
ZIP Code
20899-3571
 
Solicitation Number
Reference-Number-05-193-4818
 
Response Due
5/31/2005
 
Archive Date
6/3/2005
 
Description
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. ***The associated North American Industrial Classification System (NAICS) code for this procurement is 221122 with a small business size standard of $4.0M. All interested offerors may submit a quote. ***The National Institute of Standards and Technology (NIST), has a requirement for the brandname (Carriere) retrofit kits only for the following Westinghouse and General Electric air draw circuit breakers: LINE ITEM 0001: Quantity: Four (4) ea, Westinghouse DB-25 CT rating 600 AMP; LINE ITEM 0002: Quantity: Three (3), Westinghouse DB-75 CT rating 2000/3000 AMP; LINE ITEM 0003: Quantity: Two (2), Westinghouse, DB-100 CT Rating 2000/3000 AMP;.LINE ITEM 0004: Quantity: Two (2), Westinghouse, DB-50 CT Rating 1200/1800 AMP; LINE ITEM 0005: Quantity: Four (4), General Electric, AK-2A-75-1; LINE ITEM 0006: Quantity: One (1), General Electric AK-2A-50-2 and LINE ITEM 0007: Quantity: Two (2), General Electric AKU-2A-25-1. The retrofit kits shall include carriere type trip devices and shall have the following: (a) manual reset only, (b) set up switches rotary type, (c) FB600E and FB2000/3000E, (d) three (3) current sensors, (f) custom bus work, (g) actuator and (h) all necessary hardware and wiring installation instructions. Delivery shall be FOB destination. Delivery required 30 days from receipt of order. ***Award shall be made to the offeror whose quote is the lowest priced technically acceptable offer. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability to the requirement specifications and 2) Price. *** Evaluation of Technical Capability shall be based on the information provided in the quotation. Evaluation of Past Performance shall be based on the references provided IAW FAR 52.212-1(b)(10) and/or information provided by NIST and its affiliates. Offerors shall provide a list of at least THREE (3) REFERENCES to whom the same or similar services have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. Past Performance shall be evaluated to determine the overall quality of the service provided by the Contractor. Offerors with no relevant past performance shall not be evaluated favorably or unfavorably. *** The following provisions and clauses apply to this acquisition: PROVISIONS: 52.204-6 Data Universal Numbering System (DUNS) Number; 52.212-1 Instructions to Offerors-Commercial Items. CLAUSES: 52.204-7 Central Contractor Registration (Oct 2003), 52.204-8 Annual Representations and Certifications (Jan 2005), 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (1) 52.222-3 Convict Labor (June 2003) (E.O. 11755); (2) 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities; (4) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246); (5) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29U.S.C. 793); (6) 52.225-1 Buy American Act ? Supplies (June 2003) (41 U.S.C, 10a ? 10d); (7) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (8) 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); and (9) Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** All interested parties should submit quotes to include the following: 1) Two copies of a quotation which addresses the line item; 2) Two copies of the technical description and/or product literature; 3) Description of commercial warranty; 4) Two (2) copies of the most recent published price list(s); and 5) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.arnet.gov/far. *** All quotes should be sent to the National Institute of Standards and Technology, Acquisition and Logistics Division, Attn: Lisa Sawyer, Building 301, Room B129, 100 Bureau Drive, Stop 3571, Gaithersburg, MD 20899-3571. *** Submission must be received by 3:00 p.m. local time on May 31, 2005. FAX QUOTES SHALL BE ACCEPTED. Fax response to (301) 975-8884.
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN00811883-W 20050522/050520211910 (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.