SOLICITATION NOTICE
59 -- Transformers
- Notice Date
- 9/25/2007
- Notice Type
- Solicitation Notice
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- ACA, Fort Richardson, Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL, Fort Richardson, AK 99505-0525
- ZIP Code
- 99505-0525
- Solicitation Number
- W912CZ07TN357
- Response Due
- 9/26/2007
- Archive Date
- 11/25/2007
- Point of Contact
- olen, (907) 384-7088
- Small Business Set-Aside
- Total Small Business
- Description
- This 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; proposals are being requested and a separate written solicitation will not be issued. (ii) This Request for Quotation (RFQ) number is W912CZ07TN357. (iii) This RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2 005-18 (July 5,2007). (iv) This procurement is restricted to small businesses and the applicable NAICS is 335311 (v) This RFQ contains TWO (2) line items. Price quoted must include shipping FOB destination. (vii) Delivery location: DIRECTORATE OF PUBLIC W ORKS, HARROWER, CINDY EQUIPMENT & SUPPLY DIVISION ATTN:APVR-RPW-ES BLDG 700, FT. RICHARDSON AK 99505-6525 Delivery on or before 30 October 2007. 2 Each 112.5KVA 3PH Pad Mnt Trans, 7200 Delta/12470GY/7200-208Y/120 D.F.L.F. Bayonet Fuses in Series w/ CL Fuses Wells & Inserts 3 300A 2 Pos LB Switches Seismic rated standard accessories. 1 each 25 KVA 3PH PAD Mnt Trans 7200 Delta/12470GY/7200-208Y/120 D.F.L.F. Bayonet fuses in Series w/CL Fuses wells & Inserts 3 300A 2 Pos LB switches Seismic Rated Standard Accessories. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial (JAN 2004), applies to this acquisition (ix), Offers will be evaluated using the best value selection method, the following are the evaluation factors to be used. Delivery time, an d price, delivery time being the most important then price. The contract will be awarded to the offeror that provides the best value to the government. (x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2003) applies to this acquisition. All offers must include a completed copy of this provision. All Offers must either be accompanied by Representations and Certifications or the offeror must be registered in ORCA at website https://orca.bpn.gov/ (xii) The following clauses apply: FAR 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (May 2002); FAR 52.214-21 Descriptive Literature (APR 02); FAR 52.217-5 Evaluation of Opt ions (JUL 1990); FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item (MAR 1989) (within 90 days of contract award); FAR 52.204-7 (ALT 1) (OCT 2003) Central Contractor Registration (By 20 Sep 2004); FAR 252.204-7004 -- Required Centra l Contractor Registration (Alt 1) (NOV 2003); 52.216-1 -- Type of Contract (Firm Fixed Price); FAR 52.246-17 -- Warranty of Supplies of a Noncomplex Nature (APR 1984); FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer; FAR 52.2 53-1 -- Computer Generated Forms (JAN 1991); DFAR 252-212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial items. Feb 2006FAR 252.209-7001 Disclosure of Ownership or Cont rol by the Government of a Terrorist Country (MAR 1998); FAR 252.211-7003 Item Identification and Valuation (JAN 2004); FAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Mar 1998); FAR 252.225-7002 Qualifying Country Sources As Subcontr actors (Dec 1991); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 20 01); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-19, Child Labor-Cooperation wit h Authorities and Remedies (JUN 2004); FAR 52.225-13, Restriction on Certain Foreign Purchases (DEC 2003); FAR 52.232-33, Payment by Electro nic Funds Transfer-Central Contractor Registration (OCT 2003). (xiii) The full text of clauses and provisions can be accessed at the following web address: http://www.arnet.army.gov/FAR. (xiv) NA. (xv) NA. (xvi) All offers are due no later than 3:00 PM, Al aska Time, 21 September 2007. (xvii) For further information contact Olen Northern via facsimile (907) 384-7112, or e-mail: olen.northern@richardson.army.mil. Do not e-mail attachments without advance telephonic notification, the e-mail and attachment wil l be discarded without being read.
- Place of Performance
- Address: ACA, Fort Richardson Regional Contracting Office, Alaska, ATTN: SFCA-PRA-A, PO Box 5-525, BLDG 600 2nd FL Fort Richardson AK
- Zip Code: 99505-0525
- Country: US
- Zip Code: 99505-0525
- Record
- SN01420265-W 20070927/070925224853 (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 |