Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2006 FBO #1732
MODIFICATION

61 -- Vacuum fault interrupter (VFI)

Notice Date
8/22/2006
 
Notice Type
Modification
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
 
ZIP Code
58205
 
Solicitation Number
Reference-Number-F2A3E360208A200
 
Response Due
8/25/2006
 
Point of Contact
Jennifer Klein, Contract Specialist, Phone (701) 747-5292, Fax (701) 747-4215,
 
E-Mail Address
jennifer.klein-02@grandforks.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Squadron at Grand Forks AFB, ND intends to award the purchase of Vacuum fault interrupter (VFI) as a firm fixed price purchase order as brand name, OR EQUAL. This solicitation is a set-aside for Service Disabled Veteran in accordance with FAR 19.501(e). 6 each Cooper Kyle type vacuum fault interrupter (VFI) pad-mounted switchgear PART NUMBER KPOVF933 or equaL mODEL 9, 15KV, 200AMP/200AMP, 2 SOURCE/2 TAP WITH OIL INSULATION MEDIUM) Comes with 2 each tri-phase controls part #KTP-0111, 2 each tri-phase controls with ground part #KTPG111, 4 each 200 amp load break, 15V bushing inserts part #KPA-1033 and 2 each fault indicators part # KPAFID12. The reset table breaker mechanism allows immediate service restoration, eliminating the added downtime and expense associated with replacing conventional fuses. *** NOTICE TO OFFERORS*** FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE RFQ CLOSING DATE. The Purchase Request number is F2A3E360208A200 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-12. The North American Industry Classification System (NAICS) code is 335313, size standard 750 employees. SBA Office of Government Contracting Non-manufacturer Rule Class Waiver is in effect as of 21 July 06 for this NAICS. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms (quote FOB Destination); (5) Remit to address, if different than the mailing address; (6) Warranty information; (7) Estimated delivery date; (8) Acknowledgement of solicitation amendments, if any, for acceptance of offers. THE OFFEROR AGREES TO HOLD THE PRICES IN ITS OFFER UNTIL 1 OCT 06, FUNDS MAY BECOME AVAILABLE ON OR BEFORE 30 SEP 06, UNLESS ANOTHER TIME PERIOD IS SPECIFIED IN AN ADDENDUM TO THE SOLICITATION. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. Delivery is to be made FOB destination to Grand Forks AFB, North Dakota and prices should include delivery. Anyone not quoting FOB Destination should include estimated freight/shipping cost with their quote. The required delivery date is 45 days after receipt of award. Offerors must provide warranty information specific to all equipment. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors, Commercial Items. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision, AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. 52.212-4, Contract Terms and Conditions -- Commercial Items. FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-34, F.O.B. Destination. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/ Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. DFAR 2252-225-7000, DFARS 252.225-7001, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors, Buy American Act and Balance of Payments Program, DFARS 252.225-7036; DFARS 252.225-7035, Buy American Act -- Free Trade Agreements Balance of Payments Program. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers must be sent in writing/fax/e-mail to the Purchasing Agent, A1C Jennifer Klein, no later than 12:00 P.M. (CST) on 25 August 2006 to 319 CONS/LGCA3 - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58201 ATTN: A1C Jennifer Klein. For more information email jennifer.klein-02@grandforks.af.mil or call at 701-747-5292. Fax 701-747-4215. The alternate POC for this requirement is Queen E. McCartney, 701-747-5287 or queen.mccartney@grandforks.af.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AMC/319CONS/Reference-Number-F2A3E360208A200/listing.html)
 
Place of Performance
Address: 319CONS/LGCA 575 TUSKEGEE AIRMAN BLVD GRAND FORKS AFB, ND
Zip Code: 58205-6436
Country: UNITED STATES
 
Record
SN01122907-F 20060824/060822223942 (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.