Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2007 FBO #2006
SOLICITATION NOTICE

61 -- Rotary Motor Generator Frequency Converter with Remote Control Panel for 53rd Signal Battalion

Notice Date
5/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-07-T-0006
 
Response Due
6/5/2007
 
Archive Date
8/4/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quote (RFQ) Number W91260-07-T-0006 and is issued on an unrestricted basis. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16 dated 22 Mar 2007. Standard Industrial Classification number is 3621. NAICS number is 335312. Business Size Standard is 1,000 employees. DESCRIPTION: The following specifications are issued as Brand Name or equal specifications. With that, the term - or equal - is not added to each item/component description, but is instead stated here and applied to all items and components discussed hereafter. The offeror shall deliver all items direct to U.S. Army Space and Missile Defense Command, 350 Vandenberg Street, Peterson AFB, CO 80914, or direct to Misawa Air Force Base, Misawa, Japan as stated at our option. Offerors shall structure their proposal to inc lude a price for: Contract Line Item Number (CLIN) 0001 - Rotary Motor Generator Frequency Converter with Remote Control Panel and with 2-year or 10,000 hours warranty (from shipment date). Visicomm Industries Model 75IND5060(OHX). Quantity: 1 EA. CLIN 00 02 - Shipping Cost (for shipping the frequency converter and remote control panel referenced in CLIN 0001 above from the factory direct to Peterson AFB, CO 80914). Quantity: 1 LOT. CLIN 0003 - Shipping Cost (for shipping the frequency converter and remote control panel referenced in CLIN 0001 above from the factory direct to Misawa Air Force Base, Misawa, Japan). Quantity: 1 LOT. Technical Specifications: General: Requirement is for northern part of Japan. Frequency converter will sit on a concrete pad ou tside next to the site transformer/frequency converter input power breaker. Remote control panel will be located inside, near frequency converter equipment load. See attached one-line electrical diagram (The diagram is available. Send an email to George Kn owlton requesting it and he will email it to you). Rotary frequency converter must be designed for continuous duty, full time load/run. Distance from frequency converter to Remote Control Panel is ~ 100. Power: Available power at the site transformer is 120/208v, 3 phase, 50 Hz, Y connection. Estimated equipment load is 60-75 kw max, 120/208v, 3 phase, 60Hz, Y connection. Motor - Generator Assembly (MGA): Design w/appropriate cover to withstand harsh winter conditions and warm, wet/humid summer conditio ns (temps ranging from  20 degrees to 100 degrees F, blowing snow, salt air corrosion potential  located a few miles from shoreline). Note: At present, MGA is not planned to be placed in a shaded area, but will be subject to the elements described above. Advise if an overhead cover is recommended or considered a minimum requirement. MGA to include: safety selector switch to preclude remote start up during maintenance; voltage adjust potentiometer; digital meter displays for phase voltages, phase amperage s, and frequency; and any additional indicator lights and/or control devices for a complete and safe system install. Provide motor/generator overload protection device, and connect to control circuits. Remote Control Panel (RCP): Design remote control pan el suitable for indoor location. RCP to include: low voltage (less than/equal to 120v) signal/control wiring; digital meters for generator amperage, voltage, and frequency; percent full load; green generator output on indicator light, green run indicator l ight for motor, remote start/stop push buttons for motor, remote output breaker open/close buttons, and any additional indicator lights and/or control devices n ecessary for a complete and safe system install. Quotes citing products offered under the terms of a Federal Supply Schedule contract must include GSA contract number and terms. A copy of the pertinent pages of the schedule shall be provided with the off eror's quote. Products offered shall fully articulate and demonstrate physical characteristics and technical and functional capabilities offered. See in this respect DFARS 52.211-7003, Brand Name or Equal. In addition to cost, Offerors must provide detai led information in their quote on proposed motor/generator assembly equipment and remote control panel to meet the minimum specs above, to include, but not limited to: (1) Ease of installation, operation and maintenance, (2) Recommended spare parts list w /cost of parts and pertinent reliability, availability, maintainability (RAM) data for the system, (3) Type of motors utilized, (4) Power factor (PF), power ratings (kva/kw), other pertinent electrical data, (5) Noise levels, (6) Extended warranty options, (7) Weight and dimensions for shipping/install considerations, (8) Installation - operator  maintenance manuals, (9) Drawings, one-line electrical, schematics, etc., (10) Minimum conduit size for control conductors between MGA and RCP, (11) Safety certif ications, UL listings, etc., (12) Shipping times from factory to Peterson AFB CO and from factory to Misawa Air Force Base, Misawa, Japan, (13) Lead time for manufacture of equipment from date of contract award, (14) Controls, displays, indicator lights an d related features not described in the minimum requirements above, (15) TVSS and related power conditioning capability, and (16) Recommended motor circuit breaker size and any special characteristics. All items specified under CLIN 0001 above are desired to be delivered FOB Destination, within 7 weeks after receipt of order (ARO); which presumes contract award no later than 20 June 2007. Delivery/Acceptance point will either be HQ US Army Space and Missile Defense Command, 350 Vandenberg Street, Peterson Air Forc Base, Colorado 80914 or Misawa Air Force Base, Misawa, Japan. Government workdays are between the hours of 0730 and 1630. FAR provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition, with the following addenda: Per F AR 12.603(b) the SF 1449 solicitation is not used. Period of acceptance of offers - Offeror agrees to hold the prices in its offer firm for 60 days after Government receipt of quotes. Any interested/qualified business sources that believe they can provide the required equipment must submit their quote no later than 2:00 PM (Mountain Time) on 05 June 2007. Award is anticipated no later than 20 June 2007. Payment of invoice(s) shall be by Government credit card under the order contemplated. The successful o fferor shall be responsible for any/all bank fees incurred in connection with accepting payment of invoice(s) by Government credit card under the order contemplated. Therefore, offerors are responsible for ensuring that payment of invoice(s) by Government credit card is included as a factor in the basis of their quote. All such responses will be evaluated IAW FAR 52.212-2, Evaluation - Commercial Items. The following evaluation criteria shall be used to evaluate offers: (1) System Design/Configuration Te chnical/Functional Capability - ability to provide the products stated herein of the same or better technical, functional and physical characteristics; (2) Delivery Schedule - ability to meet or beat the required delivery date specified for CLIN 0001 abov e; (3) Past Performance - ability to consistently deliver and maintain, during term of warranty, quality products and technical support in a timely manner and (4) Total Price, inclusive of warranty price and accepting payment of invoice by Government credi t card - most advantageous price considering all other factors. Evaluation Criteria is listed in descending order of importance. QUOTE PREPARATION INSTRUCTIONS : The Offeror shall clearly demonstrate how the products proposed meet the requirements set forth herein regardless of how offered (e.g., open market, Federal Supply Schedule). The Offeror shall provide quotation information (e.g., descriptive literature, drawings, schematics, catalog cut sheets, etc.) that substantiates the equivalency of the product offered to the product stated and required herein. Offerors that offer products against Federal Supply Schedules shall provide copies of the pertinent pages of the schedule to verify the offeror is an authorized agent/supplier under the FSS and relevant pages to validate prices offered. Prices shall be structured in accordance with the CLIN structure stated above. The Offeror shall provide a minimum of 3 ref erences to which the same or similar products and services have been delivered within the last 2 years. References shall include the product/services delivered, contract number, date of contract award, date of acceptance by the receiving organization, con tracting office point of contact, technical office point of contact, current telephone and fax numbers for both, and statement regarding problems with the product, contract and/or delivery. The Government will only consider the information provided in th e offeror's quote. Award will be made without discussion; therefore each offeror is encouraged to submit their best terms with their quote. Special attention is directed to FAR 52.212-1 (b). Failure to submit the information set forth therein for evaluat ion may render the offer nonresponsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Comme rcial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses: 52.222-26, Equa l Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans,52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.225-3, Buy American Act - Supplies, 52.225-9, Buy American Act- Trade Agreements Act-Balance of Payments Program, 52.225-21, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program. DFARs provisions 252.211-7003, Brand Name or Equ al, 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.227-7015, Technical Data--Commercial Items and 252.227-7037, Validation of Restrictive Markings on Technical Data; 252-247-70 24, Notification of Transportation of Supplies by Sea. Offers sent via the US Postal Service should be mailed to US Army Space and Missile Defense Command, ATTN: SMDC-RDCM-W, 350 Vandenberg Street, Peterson AFB, Colorado 80914. All quotes not sent through the US Mail will be considered hand carried and subject to FAR 15.412. Quotes may be submitted via email or by facsimile, however, it is the responsibility of the Offeror to ensure that their quote submission is delivered by the due date and time set for receipt of quotes - see also in this respect FAR 52.215-17, Telegraphic Bids. Offerors are responsible for ensuring quotes are received no later than 2:00 PM (Mountain Time) on 05 June 2007. The point of contact for all information regarding this acquisi tion is George Knowlton at (719) 554-1967, fax (719) 554-8405 or e-mail at george.knowlton@smdc-cs.army.mil.
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN01301624-W 20070525/070523230313 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.