Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
MODIFICATION

59 -- Retrofit Kits for ITE K-Type Breakers

Notice Date
7/22/2009
 
Notice Type
Modification/Amendment
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATA39180A001
 
Archive Date
8/13/2009
 
Point of Contact
Brett O. Barnes, Phone: 8502838635, Melissa J Mullinax, Phone: 850-283-8644
 
E-Mail Address
brett.barnes@tyndall.af.mil, melissa.mullinax@tyndall.af.mil
(brett.barnes@tyndall.af.mil, melissa.mullinax@tyndall.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 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4ATA39180A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35. This acquisition will be 100% total small business set-aside; the North American Industry Classification System (NAICS) code is 335314. The business size standard is 750 employees. SPECIFICATIONS: Solid state trip conversion/retrofit kits to include the following items at a minimum: programmer, current transformers, CT bussworks, installation instruction and hardware, operation, and parts manual, mechanical auto reset actuator kit, and wiring harness. Retrofit kits must come equipped with arc flash mitigation. Trip conversion kits shall be AC-PRO or equivalent specifically designed for AC circuit breakers. ITEM 0001: (Qty 10) Electronic Trip Conversion/Retrofit Kits for ITE k-type breakers, 600 VAC, K-225, Black Arc Chutes IAW specifications outlined above. ITEM 0002: (Qty 60) Electronic Trip Conversion/Retrofit Kits for ITE k-type breakers, 600 VAC, K-600, Black Arc Chutes IAW specifications outlined above. ITEM 0003: (Qty 2) Electronic Trip Conversion/Retrofit Kits for ITE k-type breakers, 600 VAC, K-1600, Black Arc Chutes IAW specifications outlined above. Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being shipped to Tyndall AFB, FL 32403. The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement, past performance and price. The following factors shall be used to evaluate offers: 1. Technical capability of the item offered to meet the Government requirement 2. Past performance 3. Price Evaluation factors when combined will be significantly more important than cost or price. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt 1 - Offeror Representations & Certifications-Commercial Items 52.212-5 - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.203-3 - Gratuities 52.203-6 - Restrictions on Subcontractor Sales to the Government with Alternate I 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-8 - Utilization of Small Business Concern 52.219-14 - Limitations on Subcontracting 52.219-25 - Small Disadvantaged Business Participation - Disadvantaged Status & Reporting 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.232-33 - Payment by Electronic Funds Transfer-CCR 52.222-22 - Previous Contracts and Compliance Reports 52.247-34 - F.O.B. Destination 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 252.205-7000 - Provision of Information to Cooperative Agreement Holders 252.212-7000 - Offeror representations and certifications 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.243-7002 - Requests for Equitable Adjustment 252.247-7023 - Transportation of Supplies by Sea. 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 29 July 2009, 12:00 PM (CST). Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA39180A001/listing.html)
 
Place of Performance
Address: Tyndall Air Force Base, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN01884229-W 20090724/090723000256-95bad2acaf1c00b4d12ba3b335ad7188 (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.