Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

61 -- TRANSFORMER, PAD MOUNTED, LIVE FRONT

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060405T0549
 
Response Due
6/24/2005
 
Archive Date
7/24/2005
 
Point of Contact
JEANNETTE GIBBS 8084737582
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The RFQ number is N00604-05-T-0549. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-04 and DFARS Change Notice 20050606. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.arnet.gov/far/ and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 423610. This is a competitive, unrestricted action. The FISC Pearl Harbor requests responses from qualified sources capable of providing the following CLIN 0001 TRANSFORMER, Pad Mounted, Live Front, 750 KVA, 12 KV Delta ? 480/277, 3 Phase. Transformer shall conform to NEMA TR-1 and ANSI C57.12. Transformer shall be self-cooled, mineral oil filled, 65 degrees centigrade temperature rise, two copper windings type, and rated at 750KVA, three phase, 60 hertz, 95KV BIL. The transformer shall be 12KV DELTA with (2) 2 ?% taps above nominal rated voltage and (4) 2 ?% taps below nominal rated voltage. Secondary shall be rated 480/277V. Impedance shall be manufacturer?s standard. The transformer shall be fabricated with stainless steel tank, base, cabinet and painted with Pad mounted Green according to NEMA standards. The unit shall consist of three integral compartments including transformer, primary and secondary compartments. The primary and secondary compartments shall be accessible only through lockable doors, with the pri! mary compartment being unlatched from inside the secondary compartment. The primary and secondary compartments shall be separated by an insulating barrier. The enclosure shall be provided with heavy gauge stainless steel channel lifting pad, lifting lugs and hinged doors capable of being padlocked. The finish shall be of the highest grade weather resistant, green paint applied over epoxy resin primary base coat. Primary section shall be live front, high voltage bushing with 5/8? eye bolt connector with (3) radial feed, loadbreak oil switches and externally replaceable current limiting fuses. Secondary section shall have the required low voltage bushing with NEMA spade-type terminals with 6 holes. Required delivery date is 8 July 2005, FOB Destination to Pearl Harbor, HI 96860-4549. Descriptive literature of the transformer offered is required. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 14,15,16,17, 18, 19, 20, 33, 35. Quoters shall include a completed copy of 52.212-3 ALT I with quotes UNLESS registered online at http://orca.bpn.gov. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Req! uired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including 252.225-7001, 252.225-7012, 252.243-7002. This announcement will close at 13:00 HST on 24 June 2005. Contact Jeannette Gibbs, PH: (808) 473-7582, FAX: (808) 473-3524 or email jeannette.gibbs@navy.mil. Any questions will be submitted in writing no later than 20 June 2005 by 17:00 HST. All responsible sources may submit a quote, which shall be considered by the agency. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids. Addenda to FAR 52.212-1is DFARS 252.204-7004 entitled "Required Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. UNIT PRICES - Contractor?s unit prices, when incorporated into a Government contract, will be released under the Freedom of Information Act (FOIA) without further notice to the Contractor that submitted the prices. If the Contractor does not want his unit prices released, then he shall submit his proposal with the appropriate legends regarding the data, and explain in detail why such data cannot be released as a public record under FOIA.
 
Record
SN00828882-W 20050615/050613212006 (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.