Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
MODIFICATION

61 -- This is a Resolicitation for Two (2) Transformers, Pad Mounted, Live Front, 500 KVA 12 KV Delta 480/277, 3 Phase.

Notice Date
1/30/2006
 
Notice Type
Modification
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406T0162
 
Response Due
2/6/2006
 
Archive Date
2/4/2006
 
Point of Contact
Kristopher Tom 808-473-7514 ELIZA LEE, 808-473-7546 BERNIE SIMMONS, 808-473-7505
 
Description
THIS IS A RESOLICITATION FOR N00604-06-T-0162. This is a combined synopsis/solicitation for the acquisition of commercial supplies prepared in accordance with the format in FAR Subpart 12.6, Streamline Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with 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. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation No. N00604-06-T-0162 is issued as a Request for Quotation (RFQ) incorporating provisions and clauses in effect through Federal Acquisitions Circular 2005-06 and DFARS Change Notice 20051209. THIS REQUIREMENT IS SOLICITED ON AN UNRESTRICTED BASIS. The applicable NAICS Code is 335311 and 750 Employees respectively. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13 Simplified Acquisition Procedures. All qualified responsible business sources may submit a quotation, which shall be considered by the agency. FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The contractor must be registered in the Central Contractor Registration Database (CCR) to be eligible for Department of Defense contract awards. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet site http://www.ccr.gov/ for more information. A single Firm Fixed Priced contract will be awarded to the lowest priced, technically acceptable quote. THE REQUIREMENT IS TO PROVIDE TWO (2) TRANSFORMERS, PAD MOUNTED, LIVE FRONT, 500 KVA, 12KV DELTA 480/277, 3 PHASE. The Transformers shall conform to NEMA TR-1 and ANSI C57.12. They shall be self-cooled, mineral oil filled, 65 degrees cent igrade temperature rise, two copper winding type, and rated at 500 KVA, three phase, 60 hertz, 95KV BIL. The transformer shall be 12 KV Delta with (2) 2-1/2 percent taps above nominal rated voltage and (4) 2-1/2 percent below nominal rated voltage. Secondary shall be rated 480/277 volt. Impedance shall be a 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 primary and secondary compartments being unlatched from inside the secondary compartment. The primary and secondary compartments depth shall be 30? bolted on cabinet and 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. THE TRANSFORMER SHALL BE FURNISHED WITH THE FOLLOWING: 1) Oil level gauge; 2) Pressure/vacuum gauge; 3) Drain/sample valve; 4) Dial thermometer; 5) Grounding Pad; 6) Externally operable no-load manual tap changer; 7) Upper filter press connection plug; 8) Pressure relief valve; 9) Lifting eye/lugs; 10) Spare set of current limiting fuses; 11) Four or five mils of undercoating on bottom & 2-inch to 4-inch upsides; 12) Provisions for balanced lifting. CLIN 0001 ?Transformer, Pad mounted, live front, 500 KVA, 12KV Delta 480/277, 3 Phase. Quantity of 2 each. The required delivery date for the transformers is 60 days after delivery of contract (ADC) or state best delivery date. Pricing and shipping shall be FOB Destination to Pearl Harbor, HI 96860. Prospective quoters shall submit detailed specifications, along with pictures of the items, in sufficient detail to allow for a technical evaluation of the proposed transformers. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items - Addendum to FAR 52.212-1, paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public; Express Warranties shall be included in the contract, delete paragraph h, multiple awards and insert single awards. FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.! THE FOLLOWING CLAUSES UNDER FAR 52.212-5 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.232-36, Payment by Third Party. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004 ALTERNATE I, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. THE FOLLOWING CLAUSES UNDER FAR DFARS 252.212-7001 APPLY TO THIS REQUIREMENT AND SHALL BE INCORPORATED BY REFERENCE IN THE ORDER: DFARS 252 .225-7036 ALTERNATE I, Buy American Act--Free Trade Agreements--Balance of Payments Program. These clauses may be obtained vial the Internet at FAR site: http://www.arnet.gov/far or DFARS site: http://www.acq.ods.mil/dp/dars/dfars.html or by request from this office. UNIT PRICES (SEPTEMBER 2005)(FISC Pearl Harbor); 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. REVIEW OF AGENCY PROTEST (FISCPH) (APR 2000) (a) The contracting activity, Fleet and Industrial Supply Center, Pearl Harbor (FISCPH), will process agency protest in accordance with the requirements set forth in FAR 33.103 (d) (4), agency protests may be filed directly with the appropriate Reviewing Authority or a protester may appeal a decision rendered by a Contracting Officer to the Reviewing Authority. (c) The Reviewing Authority for FISCPH is the Director, Regional Contracting Department (Code 200), Fleet and Industrial Supply Center, Pearl Harbor, at 1942 Gaffney Street, Suite 100, Pearl Harbor, HI 96860-4549. Agency procurement protests should clearly identify the initial adjudicating official, i.e, the Contracting Officer or Reviewing Official. (d) The decision of the Contracting Officer will not extend the timeliness requirements of GAO. Therefore, any subsequent protest to GAO must be filed within 10 days of knowledge of initial adverse agency action. All prospective quoters interested in submitting a proposal for this solicitation shall include your name, address, telephone number, point of contact, fax number, e-mail address and commercial and Government Entity (CAGE) code. THE OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE FOLLOWING PROVISIONS ALONG WITH THEIR O FFER: FAR 52.212-3 ALTERNATE I and Certifications Offeror Representations and Certifications ? Commercial Items. Please complete your Representations and Certifications at the following website: http://orca.bpn.gov; DFARS 252.225-7035 ALTERNATE I, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate. Any questions regarding this requirement shall be submitted in writing. Quotes must be received no later than 3:00 p.m (Hawaii Standard Time) 06 FEBRUARY 2006. Quotes shall be faxed to (808) 473-0811. Quotes may be emailed to kristopher.tom@navy.mil.
 
Record
SN00975758-W 20060201/060130212337 (fbodaily.com)
 
Source
FedBizOpps 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.