Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

59 -- GE D60 Relays

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-11WG91266
 
Response Due
1/4/2011
 
Archive Date
7/4/2011
 
Point of Contact
Byron D McCollum, Contracting Officer, 602-605-2776,mccollum@wapa.gov;PATRICK HARVEY, Contract Specialist, 602-605-2768,
 
E-Mail Address
PATRICK HARVEY, Contract Specialist
(HARVEY@WAPA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Brand Name only(justification is attached) 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; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation DE-RQ65-11WG91266 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% reserved for small business. The North American Industrial Code (NAICS) is 335999 and the business size standard is 500 employees. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: (QTY: 2/EACH) General Electric relay type D60-line distance protection relays Model# D60, Part# N07-HKH-F8L-H6C-M6S-P6S-U6U-W7S Delivery is FOB Destination to 615 S. 43rd Avenue, Phoenix, AZ 85009. Must be able to deliver the required items within two weeks or less After Receipt of Order (ARO). New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This is a brand name requirement, therefore no substitute/alternate products will be accepted. The following FAR clauses/provisions are applicable to this procurement: 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 Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items;; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Oppurtunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination. The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-H-1020 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, APR 2010) The following requirements apply to proposals and/or other documents submitted electronically via the Department of Energy's (DOE) Industry Interactive Procurement System (IIPS) or by other electronic means. The DOE IIPS may be accessed via the "DOE e-Center" web page. a. The terms and conditions contained in the Notice of Disclaimer on the IIPS are hereby incorporated into this solicitation. b. Required file formats: All electronic files must be submitted in one or more of the following Microsoft Office for Windows (Office 2007 or earlier formats) compatible file formats.doc,.xls,.mdb,.ppt; portable document format (.pdf); or graphic file formats.gif or.jpg. Use whichever format is most appropriate for the type of document involved. Engineering drawings, if any, must be in AutoCAD,.pdf, or in one of the acceptable graphic file formats. NOTE: If there are an inordinately large number of drawings, or if the file sizes are prohibitively large for efficient electronic transmission, contact the Contracting Officer before the proposal due date for further instructions. c. Offerors are responsible for ensuring their electronically submitted files are free from viruses and are in a prescribed, readable file format. Any file containing a detectable virus will be rejected and considered non-responsive. To avoid making unintentional changes to an offeror's proposal, Western will not translate files submitted in incorrect file formats. d. For purposes of determining the timeliness of proposal submissions, the date/time stamp (DTS) assigned by IIPS will be used unless otherwise specified in the solicitation. e. Electronic signatures. Submission of proposals via IIPS will constitute signed copies of the required documents. The name of the authorized, responsible company official who would normally sign the document shall be entered on the signature line. In addition, the Contracting Officer may require, at his or her discretion, a signed, paper copy of each original signature page to be submitted via US Mail or by facsimile. f. Updates or changes to proposals or other documents originally submitted via IIPS must also be submitted via IIPS. If a conflict or discrepancy is discovered between a paper copy of a contract document, the file posted on IIPS shall be considered the official controlling version of the document. g. Offerors must use discrete file names and descriptions for all files uploaded to IIPS. h. Offerors shall not make changes to Government-originated files/documents (other than for signatures or fill-ins) that must be returned to the Government. Direct questions or concerns about any Government-originated documents to the Contracting Officer. Referenced FAR clauses are available in full text at: http://farsite.hill.af.mil/VFFARA.HTM. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Written offers and the above required information are due no later than January 4, 2011 by 1:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), Attn: G1524, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Mr. Patrick Harvey, Contract Specialist (FAX: 602-605-2483 or e-mail: Harvey@wapa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-11WG91266/listing.html)
 
Record
SN02345906-W 20101218/101216234535-1823df9937616f7546705887881ace88 (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.