Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

61 -- Solid State Frequency Converter/Site Visit Info

Notice Date
5/2/2008
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z2478099A0001
 
Response Due
5/15/2008 3:00:00 PM
 
Point of Contact
Keith Philaphandeth,, Phone: 707-424-7724
 
E-Mail Address
keith.philaphandeth@travis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation/reference number is F3Z2478099A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 and Defense DCN 20080331. The North American Industry Classification System (NAICS) code is 335311. The business size standard is 750 employees. The Federal Supply Class (FSC) is 6130. The Standard Industrial Classification (SIC) is 3629. This request for quotation consists of the following item: Item 0001: Solid State Frequency Converter, See Attached Statement of Work. Items must be delivered to: 60th CMS, 503 Hangar Ave. Bldg P14, Travis AFB, California 94535. The following provisions and/or clauses apply to this acquisition. FAR 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. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, Protecting the Government’s Interest. 52.211-6 Brand Name or Equal. 52.212-3 Alternate 1. 52.219-28 Post Award Small Business Program Representation. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-50 Combating Traficking in Persons 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisiton Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.211-7003 Item Idenification and Validation. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Souces as Subcontractors. 252.232-7003, Electronic Submission of Payment Requsts; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 252.247-7023 Transportation of supplies by Sea Alt III. 5352.201-9101 Ombudsman (10 Aug 05). 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Venders should also be registered on Online Representations and Certifications Application (ORCA) http://www.orca.bpn.gov.Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later that 3:00 p.m. PST on May 15, 2008. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is Keith Philaphandeth, 1LT, Contract Specialist, (707) 424-7724, keith.philaphandeth@travis.af.mil. Alternate point of contact is Cobb, Josephine, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil. Statement of work for 400 Hz Solid State Frequency Converter Contractor will install a new Solid State Frequency Converter rated at an output of 200/115 VAC, 3 Phase, 4W, 400 Hz unit with a remote on/off control box. Input rating will be 480 VAC, 3W, 60 Hz. Unit should include input isolator, output contactor, digital control and diagnostics, elapsed time meter and audible alarm. Unit shall be in installed in a mechanical room of building P14. Contractor shall be responsible for installation/service, start-up, training, technical support, freight and removal ofthe old unit. Base Civil Engineering will provide power to the unit. Contractor will be responsible for installation of the new unit. They will provide what ever equipment they need to install the unit. The contractor will remove the old unit and set outside the building. The user shall be responsible for the disposition of the old unit. Contractor can work from 7am to 7pm or longer if needed. Worksite shall remain reasonably clean. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-04-29 13:42:58">Apr 29, 2008 1:42 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-05-02 11:32:22">May 02, 2008 11:32 am Track Changes Item Description Solid State Frequency Converter Rating: 90 kiloVolt-Amps (kVA) Design: Active front end <5% THD Input: 480 VAC, 3 Phase, 60Hz Output: 200/115 VAC, 3 Phase, 400Hz Enclosure: NEMA-12 Vented Includes: Input Isolator, Output Contactor, Digital Control and Diagnostics, Elaspsed Time meter, Audible alram, and (1) remote On/Off Control Box Purchase to include: Installation, start-up training, technical support, freight and removal of old unit. Additional Notes: Site Visit: --Meet: Main Gate Visitors Center Travis AFB, CA no later than 10:00 a.m. PST on 09 May 2009. ---1Lt Keith Philaphandeth will provide escort services. ---Please bring - valid drivers license, vehicle insurance, vehicle registration or rental agreement. --The following provision applies FAR 52.237-1 Site Visit. http://farsite.hill.af.mil/vffara.htm Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. --This is a one time site visit, no additional visits will be offered. --If you plan on attending, I will need confirmation by 8 May 2008 at 3:00 PM PST.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29f75db23b25c607dd28c114f1ce4a52&tab=core&_cview=1)
 
Place of Performance
Address: 60th CMS, 503 Hangar Ave. Bld P14, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01565990-W 20080504/080502220433-29f75db23b25c607dd28c114f1ce4a52 (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.