Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
MODIFICATION

W -- Rental of Medium Voltage Load Banks

Notice Date
2/7/2008
 
Notice Type
Modification
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC, Norfolk Naval Shipyard Annex, Building 1500 Code 530, 2nd Floor, Portsmouth, VA, 23709-5000, UNITED STATES
 
ZIP Code
23709-5000
 
Solicitation Number
N00189-08-T-N049
 
Response Due
2/15/2008
 
Archive Date
3/1/2008
 
Point of Contact
Kiera Rustay, Contract Specialist, Phone 757-396-8376, Fax 757-396-8368, - Mary Ward, Supervisory Contract Specialist, Phone 757-396-8356, Fax 757-396-8368
 
E-Mail Address
kiera.rustay@navy.mil, mary.e.ward@navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), using Simplified Acquisition Procedures under the Test Program For Certain Commercial items as outlined in FAR 13.5, 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 THE SOLICITATION WILL NOT BE AVAILABLE. This solicitation, N00189-08-T-N049 is issued as a Request for Quotation (RFQ) for the required supplies and services. This requirement is Unrestricted and the applicable NAICS Code is 334515 with a size standard of 500 employees. FISC Norfolk Contracting Department, Norfolk Naval Shipyard Maritime Industrial Division intends to award a Firm Fixed Price contract for the following: Lease of Medium Voltage Load Bank(s) with the following requirements: Period of Performance: 01 May 2008 through 31 July 2008 (3 months) with an option to extend the rental for an additional month (August 2008). Equipment will be installed onboard a US Naval Vessel located at Norfolk Naval Shipyard, Portsmouth, VA Offeror shall provide the monthly rental rate, delivery charges (if applicable), set-up costs (if applicable), tear-down/removal costs (if applicable), pick-up charges (if applicable), training costs (if applicable), technical representative rates to include hourly rate and overtime rate. Commercial price list shall be submitted with the proposal. Outdoor Resistive Load Bank Operating Voltage/Frequency: 4160V (5KV), 3-phase, 60Hz 3120V, 3-phase, 45HZ 2080V, 3-phase, 30HZ and 1040V, 3-phase, 15HZ Total Load (via supplied contactor): 8000KW at 60HZ, 4500KW at 45HZ, 2000KW at 30HZ and 500KW at 15HZ Load Steps (0 to full range): 400KW, at 60HZ 225KW (0 to 4500KW) at 45HZ 100KW (0 to 2000KW) at 30HZ and 25KW (0 to 500KW) at 15HZ Service Power (maximum): 460VAC, 3-phase, 60 Hz, 120Amps/phase, 3-wire external power source Cooling: Air cooled units Outdoor Reactive Load Bank Operating Voltage: 4160V (5KV), 3-phase, 60Hz Total Load (via supplied contactor): 6000 KVAR Load Steps (0 to full range): 300 KVAR Service Power (maximum): 120VAC, single phase, 60Hz, 30 Amp, external power source Cooling: Air cooled units. Note: All testing involving reactive loads will be accomplished at 4160V and 60HZ. Above load banks (resistive and reactive) shall have a common remote master control console for controlling of the contactors used to add/remove the required loads in steps indicated above and start/stop cooling fans. Total load level (both KW and KVAR) connected to the generator shall be able to be changed from this common remote station via one command. Remote master control shall be provided with a minimum of a 300? umbilical. Contractor shall also be required to provide the following: 1. Provide all required interconnection cables for the power and control circuits between load boxes and provide 75ft cables to connect to load. 2. Company Technical Representative services to verify proper installation and connection of load banks and operation of control systems. (3 days) 3. Company Technical Representative services to provide on-site training at Norfolk Naval Shipyard, Portsmouth, VA for 8-10 people on the operation of the load banks. (3 days) 4. Company Technical Representative services on location during testing to provide technical assistance. (20 days) Note: Company Technical Representative requires access into the shipyard and controlled industrial area. In order to obtain access, the contractor will be required to provide all necessary paperwork as outlined in the Security Access requirement found at the Norfolk Naval Shipyard website which can be found at www.nnsy1.navy.mil. The information set forth in the access requirements are applicable to any company employees including the employees of the freight company delivering the equipment. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference or in full text as follows: 52.203-6 Alt I 52.204-7 Central Contractor Registration (OCT 2003) ? Offerors must be registered in the CCR database to be considered for award. Registration is no cost and can be completed on-line at http://www.ccr.gov. 52.211-14 Notice of Priority Rating for National Defense Use (SEPT 1990) 52.211-15 Defense Priority and Allocation Requirement (SEPT 1990) 52.212-1 Instructions to Offerors (Commercial Items) (JAN 2005) ADDENDA ? Contractor shall provide with their proposal data which provides proof that the equipment proposed will perform at the parameters set forth. Failure to provide such data will render the proposal technically unacceptable and will not be considered for award. In addition, the contractor shall provide/submit, as part of their quotation, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in this synopsis/solicitation performed for Federal, State or Local governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three (3) years or, 2) the last three (3) such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product/service was supplied/performed and the number (phone, fax or Internet address) of a point of contact for each contract listed. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside the government. The assessment of the contractor?s/offerors past performance will be used as a means of evaluating the relative capability to successfully meet the requirements set forth in this synopsis/solicitation. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) evaluation will be based on 1. Technical Capability, 2. Past Performance and 3. Price. Technical and past performance, when combined, are significantly more important when compared to price. Contractor shall provide the data requested in 52.212-1 Addenda set forth elsewhere in the combination synopsis/solicitation. 52.212-3 Offeror Representations and Certifications (Commercial Items) (JAN 2005) ALT I (If the offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca/bpn.gov , a statement to this effect shall be in the solicitation response. After reviewing the ORCA database information, the offeror verifies by submission of its proposal that the representation and certifications currently posed electronically with regard to 52.212-3, Offeror Representations and Certifications Commercial Items and DFAR 252-212-7000, Offeror Representations and Certifications ? Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced in this solicitation) as of the date of the proposal. Offerors wishing to incorporate their representations and certifications in the ORCA database into their proposal by reference shall affirmatively state their desire to do so. If not, offerors shall provide with their proposal a completed copy of 52.212-3 and its ALT I and DFAR 252.212-7000. FAR 52.212-4 Contract Terms and Conditions Commercial Items (FEB 2007) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Commercial Items) (NOV 2007) to include the following clauses listed at paragraph 52.212-5 (b): (16) (17) (18) (19) (20) (21) and (22). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) applies with the following clauses set forth in paragraph (a) and listed at paragraph (b): (9) This requirement has a Defense Priorities and Allocations System (DPAS) rating of DO-S10. At a minimum, responsible sources shall provide the following: a price proposal on letterhead or a SF1449 which identifies the requested item, with its unit price extended price, total price, prompt payment terms, remittance address, Taxpayer identification number, DUNS number and Cage Code. Responses to this solicitation are due by 12 February 2008, 2:00 PM (Eastern Standard Time). Offers can be e-mailed to kiera.rustay@navy.mil or mailed to Fleet & Industrial Supply Center-Norfolk, Contracting Department, Norfolk Naval Shipyard Maritime Industrial Division, Bldg. 1500, 2nd floor, Attn: Kiera J. Rustay, Portsmouth, VA 23709-5000. Reference RFQ N00189-08-T-N049 on your proposal. MODIFICATION TO ORIGINAL SYNOPSIS-SOLICITATION: FAR Clause 52.217-5 (Evaluation of Options) is hereby added FAR Clause 52.217-9 (Option to Extend the Term of the Contract) is hereby added. Applicable time frame for paragraph (a) is written notice within 10 days with preliminary notice of intent at least 15 days. Closing date is hereby extended to 15 February 2008 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-FEB-2008); 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/DON/NAVSUP/N00189A/N00189-08-T-N049/listing.html)
 
Place of Performance
Address: Norfolk Naval Shipyard Portsmouth, VA
Zip Code: 23709-5000
Country: UNITED STATES
 
Record
SN01503792-F 20080209/080207235627 (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.