Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2011 FBO #3493
SOLICITATION NOTICE

59 -- Transformer, Current, 230 kV, 600/1200:5 - Specifications

Notice Date
6/16/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-11WG92703
 
Point of Contact
Joy L. Trujillo, Phone: 6026052626, Byron D. McCollum, Phone: 6026052776
 
E-Mail Address
jtrujill@wapa.gov, mccollum@wapa.gov
(jtrujill@wapa.gov, mccollum@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications This is a combined synopsis/solicitation for 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 number DE-RQ65-11WG92703 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. A fixed price contract will be awarded using Simplified Acquisition Procedures. This is a competitive 100% Small Business set aside. The acquisition is subject to the North American Industry Classification System (NAICS) code of 335311 with a business size standard of 750 employees or less. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: (QTY:6/EACH) Transformer, Current, 230kV, 600/1200:5, in accordance with the attached specifications (attachment labeled "230 KV CT SPECS_1forDSW Final.pdf"). Offerors must include MSDS sheets with quote(s), if applicable. New Equipment ONLY; NO re-manufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Deliver FOB Destination to U.S. Department of Energy, Western Area Power Administration, DSW Warehouse, 615 S. 43rd Ave., Phoenix, AZ 85009. VENDOR MUST TRANSPORT TRANSFORMERS ON AN OPEN BED TRUCK/TRAILER SO THEY MAY BE OFF LOADED WITH A FORKLIFT. IF THE TRANSFORMERS ARRIVE IN AN ENCLOSED TRUCK/TRAILER THE VENDOR IS RESPONSIBLE FOR OFF LOADING. 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. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due no later than June 28, 2011 by 5:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), ATTN: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Ms. Joy Trujillo, Contract Specialist (Fax: (602) 605-2483 or e-mail: JTrujill@wapa.gov ). NO PHONE CALLS WILL BE ACCEPTED. The following Federal Acquisition Regulation (FAR) clauses/provisions are applicable to this procurement: 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 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 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-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 Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; 52.223-1, Biobased Product Certification; FAR 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR52.223-18, Contractor Policy to Ban Text Messaging while Driving; 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 Department of Energy clauses/provisions are applicable to this procurement: DOE-H-1050 Lobbying Restriction (Energy and Water Development and Related Agencies Appropriations Act) The Contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 U.S.C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. 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. WES-H-1043 Foreign Visitors and Contract Employees (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Contractor must certify in writing that: 1) each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) the Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72, Attachment (available upon request, if necessary) for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/18de625d9b5702295f32c01c3af0f0ea)
 
Place of Performance
Address: See Requirement Description, United States
 
Record
SN02475234-W 20110618/110616235152-18de625d9b5702295f32c01c3af0f0ea (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.