Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

61 -- REMANUFACTURED TRANSFORMERS

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
M62974 YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297407T2005
 
Response Due
7/5/2007
 
Archive Date
8/4/2007
 
Description
This requirement is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this requirement issued as a request for quotation is M62974-07-T-2005. This replaces M62974-07-T-2004. This combined synopsis/solicitation incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-16. The proposed contract is 100% set aside for small business concerns. The applicable NAICS Code for this requirement is 335311 with a size standard of 750 employees. This is a request for quotations. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. Where the word "proposal" or a derivative of that word appears, it is changed to "quote" or a derivative of that word. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote, conforming to the solicitation, will be most advantageous to the Government. The following requirements are: CLIN 0001, QTY 1 EACH, REMANUFACTURED 150 KVA 3 PHASE PADMOUNT TRANSFORMER WITH THE FOLLOWING MINIMUM SPECIFICATIONS: COPPER WINDINGS, 60HZ, 65 DEGREE C RISE, HV: 12470 DELTA, LV: 208Y/120, TAPS: 2-2.5% FCAN & FCBN, EXTERNAL NO LOAD TAP CHANGER, WELLS & INSERTS, LOOP FEED, B AYONET FUSING, SPADE SECONDARY, 2EA 2 POSITION LABOR SWITCHES, LIQU ID LEVEL GAUGE, LIQUID TEMPERATURE GAUGE, PCB FREE OIL, 3 YEAR WARRANTY, COLOR PAINT: GREEN, DRAIN VALVE, AND PRESSURE RELIEF VALVE; CLIN 0002, QTY 1 EACH REMANUFACTURED 1500 KVA 3 PHASE PADMOUNT TRANSFORMER WITH THE FOLLOWING MINIMUM SPECIFICATIONS: COPPER WINDINGS, 60 HZ, 65 DEGREE C RISE, HV: 12470 DELTA, LV: 480Y/277, TAPS: 2-2.25% FCAN & FCBN, EXTERNAL NO LOAD TAP CHANGER, WELLS & INSERTS, LOOP FEED, BAYONET FUSING, SPADE SECONDARY, 2EA 2 POSITION LABOR SWITCHES, LIQUID LEVEL GAUGE, LIQUID TEMPERATURE GAUGE, PCB FREE OIL, 3 YEAR WARRANTY, COLOR PAINT: GREEN, DRAIN VALVE PRESSURE RELIEF VALVE; CLIN 0003, QTY 1 EACH, REMANUFACTURED 150 KVA 3-PHASE PAD MOUNT TRANSFORMER WITH THE FOLLOWING MINIMUM SPECIFICATIONS: COPPER WINDINGS, 60HZ, 65 DEGREES C RISE, HV: 12470 DELTA, LV: 208Y/120, TAPS: 2 - 2.5% FCAN & FCBN, EXTERNAL NO LOAD TAP CHANGER, LOOP FEED, WELLS, AND 15 KV LOAD BREAK INSERTS, SEC: SPADES; BAY-O-NET FUSED, 2 POSITION LABOR SWITCH (ON-OFF), PR ESSURE RELIEF DRAIN VALVE GAUGES: LEVEL, TEMP, 3 YEAR WARRANTY, COLOR PAINT: DESERT TAN; CLIN 0004,QTY 1 EACH REMANUFACTURED 225 KVA 3-PHASE PAD MOUNT TRANSFORMER WITH THE FOLLOWING MINIMUM SPECIFICATIONS: COPPER WINDINGS, 60HZ, 65 DEGREE C RISE, HV: 12470 DELTA; LC: 208Y/120, TAPS:2 - 2.5% FCAN & FCBN, EXTERNAL NO LOAD TAP CHANGER, LOOP FEED, WELLS, AND 15 KV LOAD BREAK INSERTS, SEC: SPADES, BAY-O-NET FUSED, 2 POSITION LABOR SWITCH (ON-OFF), PRESSURE RELIEF DRAIN VALVE GAUGES, LEVEL, TEMP, 3 YEAR WARRANTY, COLOR PAINT: DESERT TAN. Quote must include descriptive literature (i.e. pictures, brochures, and detailed specifications, etc.). Failure to provide any of this information, or providing inadequate or unclear information, will result in the quote being rated unsatisfactory and ineligible for award. The Government requires a delivery of 10 weeks ARO. FOB Destination: Marine Corps Air Station Yuma AZ. Inspection and acceptance will be at destination. All vendors submitt ing a quote are notified that you must be active in the Central Contra ctor Register database to be considered for award. The website for registration is www.ccr2000.com .The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses for Para (b): (5), (14), (15), (16), (17), (18), (19), (20), (31); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following applicable clauses for Para (b): DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. In accordance with DFARS 252.232-7003, invoices under this order will be submitted ele ctronically. This office, and the Ma rine Corps, has determined that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. The Government will award a firm fixed price contract resulting from this Request for Quotation. Evaluation criteria is price and technical. Award is to be on an all or none basis. All responsible business sources may submit a quote which shall be considered by the agency. Only written quotes are acceptable and must be received and identified by RFQ M62974-07-T-2005 by 2:00 PM (MT) on 05 JULY 2007. Parties wishing to respond to this solicitation shall provide this office with the following: a written price quote on company letterhead for the requested items showing unit price, extended price, FOB point, prompt payment terms, correct remittance address, Cage Code, DUNS Number, Tax Identification Number, full name and phone number of vendor?s point of contact, and a completed copy of FAR 52.212-3, Offeror Representations and Certifi cations-Commercial Items. Clauses may be obtained at web site http://w ww.arnet.gov/far. Quotes may be submitted via US Postal Service to Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Reta Hicks. FEDEX quotes may be submitted to I&L Contracting Division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Reta Hicks. Quotes may be submitted to Reta Hicks via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation.
 
Record
SN01331936-W 20070701/070629231806 (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.