Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

59 -- TRANSFORMERS

Notice Date
4/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3073
 
Response Due
4/27/2011
 
Archive Date
5/12/2011
 
Point of Contact
JIMMIE TOLOUMU 808-473-7906
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION to sole source Lockmaster Incorporated, whom is the sole distributor for W-LOK Corporation for commercial items prepared in accordance with the information in FAR Subpart 12 “ Acquisition of commercial Items and FAR Subpart 13 - Simplified Acquisition Procedures 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 N00604-11-T-3073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50and DFARS Change Notice 20110331. 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 335999 and the Small Business Standard is 500. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source (Lockmasters Inc.) under the authority of FAR 13.106-1(b)(1). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. CLIN 0001, 100 KVA Liquid Filled Padmounted Transformer, Green-R-Pad, Style#E4KB5Z6P2T, Ser# 08J164141, 4160/7200Y to 120/240 VAC single-phase, 1.46% impedance, additive polarity, Class ONAN, 5 position tap changer “ 2 above and 2 below @ 2-1/2%, HV BIL 60 KV, LV BIL 30 KV, HV-CU, LV-CU, Approx dimensions: 42 W x 44 D x 44 H, 2060 pounds, requested heights of primary bushings are 24 , 18 , 12 , requested heights of secondary bushings are: 27-1/2 & 21-1/2 , BC connected. Transformer shall be of stainless steel construction and match above nameplate specifications. Primary shall be a three-phase loop feed configuration with two (2) each two-position 200 amp loadbreak switches. Primary connections shall utilize loadbreak inserts and bushing wells. Primary winding to utilize œwet-well fuse protection. Secondary connections to utilize 6-hole tongues. Transformer windings shall be single-phase primary and secondary and copper-winding construction. Oil level, pressure/vacuum, and temperature gauges shall be provided. A pressure relief valve shall be provided. CLIN 0002, 100 KVA Liquid Filled Padmounted Transformer, Green-R-Pad, Style#E4KB5Z6P2T, Ser# 08J164141, 4160/7200Y to 120/240 VAC single-phase, 1.46% impedance, additive polarity, Class ONAN, 5 position tap changer “ 2 above and 2 below @ 2-1/2%, HV BIL 60 KV, LV BIL 30 KV, HV-CU, LV-CU, Approx dimensions: 42 W x 44 D x 44 H, 2060 pounds, requested heights of primary bushings are 24 , 18 , 12 , requested heights of secondary bushings are: 27-1/2 & 21-1/2 , AB connected. Transformer shall be of stainless steel construction and match above nameplate specifications. Primary shall be a three-phase loop feed configuration with two (2) each two-position 200 amp loadbreak switches. Primary connections shall utilize loadbreak inserts and bushing wells. Primary winding to utilize œwet-well fuse protection. Secondary connections to utilize 6-hole tongues. Transformer windings shall be single-phase primary and secondary and copper-winding construction. Oil level, pressure/vacuum, and temperature gauges shall be provided. A pressure relief valve shall be provided. CLIN 0003, 75 KVA at 65 deg C rise, Style#E25B4Z76RB, Ser# 09J366114, 2400/4160Y to 120/240 VAC single-phase, 1.45% Impedance at 85 deg. C, Additive polarity, Class ONAN, 5 position tap changer -2 above & 2 below @ 2-1/2%, HV BIL 60 KV, LV BIL 30 Kv, HV-CU, LV-CU, Approx. dimensions: 44 W x 44 D x 42 H, 1795 pounds, requested heights of primary bushings are 24 , 18 , 12 , requested heights of secondary bushings are: 27-1/2 & 21-1/2 , BC connected. Transformer shall be of stainless steel construction and match above nameplate specifications. Primary shall be a three-phase loop feed configuration with two (2) each two-position 200 amp loadbreak switches. Primary connections shall utilize loadbreak inserts and bushing wells. Primary winding to utilize œdry-well fuse protection. Secondary connections to utilize 6-hole tongues. Transformer windings shall be single-phase primary and secondary and copper-winding construction. Oil level, pressure/vacuum, and temperature gauges shall be provided. A pressure relief valve shall be provided. The Delivery Date is 15 July 2011. The Delivery Location is 400 Marshall Road, Pearl harbor, HI 96860. 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 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.225-13, Restriction on Foreign Purchase 52.232-36, Payment by Third Party 52.215-5, Facsimile Proposals Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. 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. 252.212-7000, Offeror Representations and Certifications - Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act & Balance of Payments 252.225-7036, Buy American Act-FTA-Balance of Payments 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.204-7004, Alt CCR Registration 5252.232-9402, Wide Area Work Flow This announcement will close at Thursday, 05 August 2010 on 1600 hours, Hawaii Standard Time. Contact Mr. Scot Griep who can be reached at 808-473-7546 or email scot.griep @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. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. This final contract award will be based on a determination of responsibility/ technically acceptable low quotes. For Brand Name or Equal procurements: The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: PLEASE FILL WITH CHARACTERSICTICS!! FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. Provide information required by FAR 52.211-6 when submitting offers for brand name or equal products. Central Contractor Registration (CCR). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3073/listing.html)
 
Record
SN02425632-W 20110417/110415234103-6dbf9aa1951a5df51ff7a92425dbe3cd (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.