Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2011 FBO #3366
SOLICITATION NOTICE

61 -- OUTDOOR PORTABLE RESISTIVE/REACTIVE LOAD BANKS

Notice Date
2/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
SPMYM3 DLA Maritime KM, Portsmouth Naval Shipyard Portsmouth Naval Shipyard Portsmouth, NH
 
ZIP Code
00000
 
Solicitation Number
SPMYM311Q3003
 
Response Due
3/7/2011
 
Archive Date
3/6/2012
 
Point of Contact
Michelle Thompson 207-438-3877 Jack Norton
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is SPMYM3-11-Q-3003. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-49 and DFARS Change Notice 20110120. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 335311 and the Small Business Standard is 750. The proposed contract is a 100% set aside for small business concerns. The DLA Maritime - Portsmouth, Kittery, ME Contracting Office requests responses from qualified sources capable of providing: CLIN 0001, 2 EA, OUTDOOR PORTABLE RESISTIVE/REACTIVE LOAD BANKS. SEE ATTACHMENT A FOR SPECIFICATIONS. CLIN 0002, 1 EA, OPTION I, PORTABLE RESISTIVE/REACTIVE LOAD BANK. Contracting Officer may exercise the option by written notice to the Contractor from ADC to 30 Sep 2011. SEE ATTACHMENT A FOR SPECIFICATIONS. CLIN 0003, 1 EA, OPTION II, PORTABLE RESISTIVE/REACTIVE LOAD BANK. Contracting Officer may exercise the option by written notice to the Contractor from ADC to 30 Sep 2011. SEE ATTACHMENT A FOR SPECIFICATIONS. MANUFACTURE SPECIFICATIONS SHALL BE SUBMITTED WITH QUOTE. MANUFACTURE SPECIFICATIONS WILL BE EVALUATED BY TECHNICAL TO VERIFY ITEM OFFERED MEETS THE REQUIREMENT. Delivery is 30 Days; Delivery Location is Portsmouth Naval Shipyard, Receiving Officer, Bldg 170, Code 501.2, Kittery, ME 03904. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36,52.222-37, and 52.232-33. Additional applicable FAR clauses: 52.204-10, 52.211-15, 52.212-3 and ALT I, 52.223-11, 52.232-18, 52.233-1, 52.242-15, 52.242-17, 52.246-1, 52.252-2, 52.252-6, 52.253-1, 52.247-34. Additional contract terms and conditions applicable to this procurement are: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7020, 252.225-7021, 252.232-7003, 252.247-7023. Additional applicable DFARS or local clauses: 252.204-7004. Other clauses or provisions that may be applicable: 5252.204-9400, 5252.232-9402. 52.217-5 -- Evaluation of Options. Evaluation of Options (Jul 1990). Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) This announcement will close at 12:00pm NOON EST on 7 MARCH 2011. Contact Michelle Thompson who can be reached at 207-438-3877 or email michelle.m.thompson@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. All responsible sources may submit a quote which shall be considered by the agency. To be awarded on an All or None basis. METHOD OF PROPOSAL SUBMISSION: The NECO website has a "submit bid" button next to the solicitation number. DO NOT use the "submit bid" button on NECO to submit your proposal. Offers MUST be submitted by fax to 207-438-1251. Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of Price and Past Performance. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the 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 years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoter s lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoter s. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoter s past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. 52.215-20, Requirements for cost or pricing data or information other than cost or Pricing data (Oct 1997) alternate IV (Oct 1997). If only one offer is received for this solicitation, the offering contractor may be required to provide the information described below: (1) A copy of the current catalog or established price list for the articles covered by the offer or information where the established price may be found. (2) A statement that the prices quoted herein, including consideration of any discount or rebate arrangements, do not exceed prices charged the offeror's most favored customer for like items in similar quantities under comparable conditions. (3) The offeror is requested to submit the following pricing information on not less than the three most recent sales of, or quotations for, any of the articles being procured hereunder or articles similar thereto. Where the pricing information furnished is on similar articles, the offeror shall advise that the articles are not identical to the articles required hereunder and shall briefly indicate the differences in such articles. Pricing information furnished should be as current as possible, and, to the extent possible, should be on quantities similar to the quantities required hereunder. Date of Sale or Quotation, Quantity, Unit Price, Customer Contract Number, Customer. (4) If unable to furnish a catalog or established price list and the above data, offeror's are requested to furnish the following information with their offers. Unit cost to be comprised of the following information: Purchased Parts, Raw Material, Labor (number of hours, $ per hour), Manufacturing Overhead (percentage) with Component Elements, Other Costs (packing, transportation, etc.), Profit (percentage), G and A Expense (percentage See Note below), Price as Offered Herein. Note - In accordance with the final rule on DOD Profit Policy established in August 1987, profit on G&A costs is not allowed. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements Central Contractor Registration (CCR). Quoter s must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Wide Area Work Flow (WAWF). Quoter s must be registered in WAWF to be considered for award. Registration can be completed on-line at https://wawf.eb.mil. The Navy WAWF Assistance Line is also available at 1-800-559-WAWF (9293). All quotes shall include price(s) FOB Destination, a point of contact, name, email, fax, and phone number, GSA contract number if applicable, business size, payment terms, verification of WAWF registration. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Quoter's shall include a completed copy of 52.212-3 and its ALT I with quotes unless vendor is registered in ORCA. If registered, please so state on quote and affirm representations and certifications are up to date. Outdoor Portable Resistive/Reactive Load Bank Specifications Rating: 375 KVA, 350 KW and 225 KVAR at 450 Volts AC, 3Phase, 60 Hertz Duty Cycle: Rated for continuous operation Load Step Resolution: 5 KW/3.75 KVAR load step resolution Control Power: 120 VAC, 1 Phase, 60 Hertz required for control circuit operation. An integral 450:120 Volt AC, 1 Phase, 60 Hertz Control Power Transformer for 120 Volt AC control circuit operation. Transformer primary overload protection required. Cooling System: Integrally mounted blower motor, direct drive fan blade controls cooling air for load segments. TEFC type motor rated for 450 Volts AC, 3 Phase, 60 Hertz Operator Controls: Local Control Panel wired to load bank, including Main Power ON/OFF switch, Blower Power Indicator, Blower Fail Indicator, Blower Run Indicator and Master Load ON/OFF Switch. Load selection provided by individual industrial type lever-type toggle switches for ON/OFF application of reactive and resistive load segments, one for each load step. Load Elements Resistive: Resistor load elements supported across entire length within the air stream, segmented with ceramic insulators. Resistors balanced to within 3% of each load segment. No cool down period after operation. Load Elements Reactive: Non-Saturating Iron Core Load Inductors for Inductive/reactive load steps. Reactors 37.5 KVAR and larger shall be 3 phase iron core, open core/coil construction and air gap calibrated. Designed for 130 dgree C temperature rise with a 220 degree C UL recognized insulation system, less that 5% total harmonic distortion and maximum.05 power factor. Safety Features: 1. Branch circuit fused protection on all 3 phases of switched load steps. Fuses should be fast acting current limiting type with an interrupting rating of 200K A.I.C. 2. Over temperature switch to sense internal temperature of the load bank. Must be electrically interlocked with the load application controls to prevent load from being applied if over temperature condition is detected. 3.Reactors 37.5 KVAR and larger contain a 180 degree C thermal switch in each coil winding that will disconnect and isolate the load step in the event an over temperature condition is detected. 4. Reactors greater than 37.5 KVAR shall have a comprehensive suppression network to lengthen contactor and reactor life. 5. Operator warning and caution statements are located on appropriate access panels. Construction: Structural steel base with removable side panels for interior access. The base painted with polyurethane enamel paint and exterior with a polyester powder coat finish. All exterior fasteners will be stainless steel. Fork-lift channels in base to allow lifting. Load Connections: Load connections located in an enclosed section of load bank. Tin plated copper buss bars with standard NEMA 4-hole pattern. Bolt on access panels to safely enclose all electrical wiring and connections. Technical Instructions: Each load bank will come with a technical manual including detailed wiring diagrams and schematics. An operator section describing detailed instructions to apply/remove load segments, operate load bank as well as troubleshooting steps and procedures.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a8de12d974e9eddc89cd6f7a7265cd17)
 
Place of Performance
Address: PORTSMOUTH NAVAL SHIPYARD, KITTERY, ME
Zip Code: 03904
 
Record
SN02376394-W 20110211/110209234356-a8de12d974e9eddc89cd6f7a7265cd17 (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.