Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

59 -- Electrical Supplies

Notice Date
3/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
5330 Valdez Circle, Dugway, UT 84022
 
ZIP Code
84022
 
Solicitation Number
W909NB104BH01
 
Response Due
3/24/2011
 
Archive Date
9/20/2011
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
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, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W909NB104BH01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-49. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-03-24 11:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be DUGWAY, UT 84022 The USA ACC MICC Dugway Proving Grounds requires the following items, Brand Name or Equal, to the following: LI 001, 3" PVC CONDUIT SCHEDULE 40, 1050, FOOT; LI 002, 3" FACTORY 90 DEGREE RIGID CONDUIT GALVANIZED, 4, EA; LI 003, 3" IMC CONDUIT, 30, foot; LI 004, 3" FEMALE PVC ADAPTERS, 4, EA; LI 005, 3" LB FITTINGS W/COVERS CONDVLETS, 3, EA; LI 006, 3" GROUNDING BUSHINGS, 7, EA; LI 007, 3" MEYERS HUBS, 6, EA; LI 008, 24"X24"X12" WIREWAY, 1, EA; LI 009, 12X12X4" SCREW COVER, 1, EA; LI 010, 2" PVC CONDUIT SCHEDULE 40, 1500, foot; LI 011, 2" 90 DEGREE RIGID CONDUITS GALVANIZED, 15, EA; LI 012, 2" FEMALE PVC ADAPTERS, 15, EA; LI 013, 2" MEYERS HUBS, 8, EA; LI 014, 2" GROUNDING BUSHINGS, 18, EA; LI 015, 5/8"X10' GROUND RODS, 2, EA; LI 016, 3/4" GROUND ACORN ROD CLAMPS, 2, EA; LI 017, DOUBLE STRUT BY 10 FOOT X 1 5/8" X 1 5/8 ", 60, foot; LI 018, UNISTRUT SLOTTED 1 5/8 " W/3/8" SLOTTED HOLES, 50, foot; LI 019, DOUBLE STRUT POST BASES - 3 1/2" HIGH, 6, EA; LI 020, FLAT "L" PLATES FOR STRUTS FOR 3/8" HOLES, 12, EA; LI 021, 3/8" SPRING NUTS, 100, EA; LI 022, 3/8" X 1/4" BOLT, 100, EA; LI 023, 3/8" FLAT WASHER, 100, EA; LI 024, 3/8" LOCK WASHER, 100, EA; LI 025, 3/8" WEDGE ANCHORS (HARD HEADS), 12, pieces; LI 026, 4WIRE 4POLE RECEPTICLENOTE:APPLETON PART NUMBER ADR1044, 4, EA; LI 027, RECEPTICLE BOXNOTE:APPLETON PART NUMBER AJA510, 4, EA; LI 028, 2"X100FY 20 MIL CORRISION PREVENTATIVE TAPE, 12, EA; LI 029, #8 THHN GREEN WIRE., 2000, foot; LI 030, #6 THHN BLACK WIRE, 1700, foot; LI 031, #2 THHN WIRE, 3700, foot; LI 032, 4" GROUNDING BUSHINGS, 6, EA; LI 033, 4" 90 DEGREE ELBOWS, 6, EA; LI 034, 4" IMC PVC CONDUIT, 100, foot; LI 035, 3/0 THHN WIRE, 100, foot; LI 036, 12X12X48" GUTTER, 1, EA; LI 037, 4" UNISTRUT STRAPS GALVANIZED, 10, EA; LI 038, 3" UNISTRUT STRAPS GALVANIZED, 10, EA; LI 039, 3/8" SQUARE WASHERS, 100, EA; LI 040, 4/0 BLACK THHN WIRE, 2500, foot; LI 041, 500MCM THHN WIRE, 500, EA; LI 042, 1/0-14 AWG INSULATED TAP CONNECTORS, 1, EA; LI 043, 3/4" PHASING BLUE TAPE, 4, EA; LI 044, 3/4" PHASING RED TAPE, 4, EA; LI 045, 3/4" PHASING GREEN TAPE, 4, EA; LI 046, 3/4" PHASING WHITE TAPE, 4, EA; LI 047, 3/4" PHASING BROWN TAPE, 4, EA; LI 048, 3/4" PHASING ORANGE TAPE, 4, EA; LI 049, 3/4" PHASING YELLOW TAPE, 4, EA; LI 050, 600 MCM LUGS, 3, EA; LI 051, LUGS 250MCM, 3, EA; LI 052, LUGS 350MCM, 2, EA; LI 053, 1200 AMP MAIN PANEL/NEMA3r CABINET W/EXTERIOR COVER3P4w208Y/120vOLT10KAIC2-LUG4-100 AMP - 3 POLE BREAKERS6-20 AMP - 1 POLE BREAKERS4-60 AMP - 2 POLE BREAKERS, 1, EA; LI 054, GE TRANSFORMER 300KVA3-PHASETYPE QL TP1IMPEDANCE 7PRI-480V +(-) 2.4%SEC - 208Y/120VOLTS, 1, EA; LI 055, TRANSFORMER WEATHER SHIELD KIT, 1, EA; LI 056, 600MCM 3CONDUCTOR LUGS, 17, EA; LI 057, 8 OZ. ANTI OXIDANT COMPOUND, 2, EA; LI 058, 2" STEEL LOCK NUTS, 3, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USA ACC MICC Dugway Proving Grounds intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USA ACC MICC Dugway Proving Grounds is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions. New equipment ONLY, NO remanufactured products. FOB Destination CONUS (CONtinental U.S.). No partial shipments unless otherwise specified. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3 ALT i., Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The selected Offeror must comply with the following commercial item terms and conditions. 52.222-3, Convict labor (June 2003)(E.O. 1175); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (Aug 2007)(E.O. 13126); 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O.S, Proclamations, and Statutes adminstered by the Office of Foreign Assets Control of the Department of the Treasury) and 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. 52.219-6 -- Notice of Total Small Business Set-Aside, 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving. The selected Offeror must comply with the following commercial item terms and conditions. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); 252.227-7015, Technical Data--Commercial Items; 252-227-7037, Validation of Restrictive Markings on Technical Data;252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252-232-7003, Electronic Submission of Payment Requests; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Central Contractor Registration Alternate A; 252.211-7003, Item Identification and Valuation; 252-247-7023, ALT III, Transportation of Supplies by Sea; and 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. U.S. Army Dugway Proving Ground operates on a four (4) day work week, Monday through Thursday, from 7:00 A.M. to 5:30 P.M. (local time) except for Federal Holidays. Deliveries will be accepted on regular scheduled work days between 7:00 A.M. and 4:30 P.M. (local time). The following Federal Holidays are observed: (a)January 1st(f)1st Monday in September(b)3rd Monday in January(g)2nd Monday in October(c)3rd Monday in February(h)November 11th (d)Last Monday in May(i)4th Thursday in November(e)July 4th (j)December 25th When any of the above holidays fall on a Sunday, the following Monday will be observed as the holiday; when a holiday falls on a Friday or Saturday the preceding Thursday is observed as the holiday. (a)In accordance with Section 326 of P.L. 102-484, the Government is prohibited from awarding any contract which includes a specification or standard that requires the use of a Class I ozone-depleting substance (ODS) identified in Section 602(a) of the Clean Air Act (42 U.S.C. 767a(a)), or that can be met only through the use of such a substance unless such use has been approved, on an individual basis, by a senior acquisition official who determines that there is no suitable substitute available.(b)To comply with this statute, the Government has conducted a best efforts screening of the specifications and standards associated with this acquisition to determine whether they contain any ODS requirements. To the extent that ODS requirements were revealed by this review, they are identified in Section C or the statement of work of this document.(c)If offerors possess any special knowledge about any other ODS required directly or indirectly at any level of contract performance, the U.S. Army would appreciated if such information was surfaced to the Contracting Officer for appropriate action. To preclude delay to the procurement, offerors should provide any information as soon as possible after release of the solicitation and prior to the submission of offers to the extent practicable. It should be understood that there is no obligation on offerors to comply with this request and that no compensation can be provided for doing so. Manufacturer or supplier must ensure that all OSHA standards applicable to that which is being purchased are complied with. (a)All Contractor employees shall be identified as such by wearing badges at all times while performing work at this Government facility and when performing work for the Government under the scope of this contract at other installations or non-government sites to include attendance at meetings, seminars, etc. The badges may be either affixed to clothing or be displayed from a chain or other mechanism worn around the neck. Badges must include contractors company name and employees name. The badges shall be colored white with black lettering and a minimum badge size of 1.5 inches wide by 3 inches long. A company logo may be placed on the badge, at the companys discretion. No other items may be placed on the badge.b)Contractor workspace (office, laboratory, desk) shall contain a sign signifying the space is occupied by contractor employee(s) to ensure that Federal employees and the public know that they are not Federal employees. Coordinate location with the Contracting Officers Representative.(c)Contractor employees shall initially identify themselves by name and company affiliation when answering the telephone, presenting briefings, conducting or attending meetings/seminars.(d)All Contractor correspondence (written, facsimile, and email display) shall include their company name. U.S. Army Dugway Proving Ground is located in a remote area. The main gate is approximately 90 miles southwest of Salt Lake City, Utah. Contractors may be required to travel up to 150 miles one way from Salt Lake City to reach some work sites. Contractors with valid U.S. government contracts will be allowed to hire non U.S. citizens to work at or visit U.S. Army Dugway Proving Ground (DPG) during performance of the contract. Contractors shall adhere to the following process. A list of foreign national employees shall be provided to the DPG Counterintelligence, Law Enforcement, and Security Offices at least five (5) working days prior to arrival on post. A copy of the list shall also be submitted to the Contracting Officer or an appointed Contracting Officers Representative (COR). The list will contain name, nationality, green card and social security number, date of birth, drivers license number and state where issued.The Contractor shall also list the date(s) foreign nationals will be on post. If a sensitive test or visit is scheduled during the dates provided, the Counterintelligence Office will inform the Contractor whether the work/visit may take place. Employees will not be allowed on Post until verification process is complete. Once verification has been received, the Counterintelligence Office is responsible to provide the Protocol Office the following information for badge preparation: Name, Company and Point-of-Contact. The Contracting Officer or COR will be responsible to pick-up the badges and holders, issue them to the visitor and return them at the end of the visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/647b833ba5763f29b4868052371130f3)
 
Place of Performance
Address: DUGWAY, UT 84022
Zip Code: 84022
 
Record
SN02402201-W 20110318/110316234555-647b833ba5763f29b4868052371130f3 (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.