Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
MODIFICATION

62 -- LED TUBES T-8, T-10, T-12

Notice Date
8/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
KOACO1RL027LEDTUBES
 
Archive Date
8/27/2011
 
Point of Contact
Diane M Hulett, Phone: 614-693-5527
 
E-Mail Address
diane.hulett@dfas.mil
(diane.hulett@dfas.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment is issued to post questions and answers. Quotes are due August 12, 2011 at 9:00 A.M. EST and are to be sent to Diane Hulett as outlined in the initial posting. Question: Are they looking for a direct replacement, but works on 120-277v? Are they expecting the LED lamps to work with a ballast? Is they are particular color temperature you are looking for? i.e 3000k/ 3500k/ 4100k/5000k? Answer: The client/customer is not looking for direct replacement Tubes, but that of equal to or better than the specifications listed below. They have had tubes below these standards and they do not provide the light needed. The voltage rating of 100 - 277v (not 120-277v) is to ensure that they have the flexibility to use these in any of their fixtures that use four foot fluorescent tubes and that they are directly wired to the power source eliminating the need for ballast altogether. The specifications are as originally stated in the RFQ. Question: The qty to be quoted is 1,250 or 1250 x 3 for 3,750? Answer: The quantity required is 1,250. Question: T8s are usually 2 pin, T10 can be 2 pin or single pin, and T12s are usually single pin. Can you please confirm number of pins for the three different tube sizes? The solicitation mentions 300 High Quality LEDs forming 3 or 4 rows per bulb. Is there a minimum of 400 each of the T8, T10, and T12 - did you have a specific number per bulb or should I go with my assumption? Answer: The client/customer is asking for the standard four foot 2 pin LED Tubes, not specialty or other one pin lights. There is no difference in the two pin location of the T-8, T-10, or T-12. The voltage rating of 100 - 277v is to ensure that we have the flexibility to use these in any of our fixtures that use the standard four foot fluorescent tubes and that they are directly wired to the power source eliminating the need for ballast altogether. The LED units should not operate off the current T-8, T-10 or T-12 ballast and need to be able to be directly wired into any of our 4 foot fluorescent fixtures. We are not asking for 400 of each. All,1250 should meet the specifications listed in the SOW. Question: Can you tell us what the lumens requirement's are and the color temp desired and are you going to require independent testing reports and are they made in America requirements. Answer: The client/customer is asking for the standard four foot 2 pin LED Tubes, not specialty or other one pin lights. There is no difference in the two pin location of the T-8, T-10, or T-12. The voltage rating of 100 - 277v is to ensure that we have the flexibility to use these in any of our fixtures that use the standard four foot fluorescent tubes and that they are directly wired to the power source eliminating the need for ballast altogether. The LED units should not operate off the current T-8, T-10 or T-12 ballast and need to be able to be directly wired into any of our 4 foot fluorescent fixtures. All 1,250 should meet the specifications listed in the SOW. This amendment/modification is issued to extend the closing date. Quotes are now due August 12, 2011 at 9:00 A.M. EST and are to be sent to the attention of Diane Hulett as outlined in the initial posting. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is KOACO1RL027 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-53, effective July 5, 2011. This requirement is unrestricted in regard to business size. The associated NAICS code is 334413, Semiconductor and Related Device Manufacturing, specifically, LED (light emitting diode manufacturing. The small business size standard is 500 employees. Proposals are due: On or before August 11, 2011 at 9:00 a.m. to Defense Finance and Accounting Service, DFAS-CSD-HCMCOA, Diane M. Hulett, Building 21, Room 2B014, 3990 East Broad Street, Columbus, OH 43213-1152. For information, contact Diane Hulett at (614) 693-5527, facsimile at (614) 693-1808, or Email at diane.hulett@dfas.mil. E-mail quotes are acceptable and preferred. Proposals may be submitted by mail and forwarded to Diane Hulett. Failure to submit any information as requested in this solicitation/synopsis may result in the offeror being removed from consideration for award. ISSUED BY: (Issue Date: August 3, 2011) Point of Contact: Diane Hulett Alternate Point of Contact: Teresa Knotts DFAS Contract Services Directorate DFAS Contract Services Directorate 3990 E. Broad Street 3990 E. Broad Street Bldg. 21, Room 2B218 Columbus, OH 43213-1152 Phone Number: 614-693-5527 or Phone Number: 614-693-1974 Fax Number: 614-693-1808 E-mail address: diane.hulett@dfas.mil E-mail address: teresa.knotts@dfas.mil Contract Type: Firm Fixed Price Contract line items, quantities, and units of measure CLIN 0001 Item: Light Emitting Diode (LED) Tubes T-8,T-10, T-12 Quantity: 1,250 each CLIN 0002 Item: 5 year Warranty/ date printed/stamped on each bulb to indicate warranty start date Coverage Quantity: 1250 each Description of Need (DON) and Features 1. SCOPE OF THE CONTRACT The Contractor shall provide all personnel, supervision, materials, and transportation necessary to deliver twelve hundred and fifty (1250) Light Emitting Diode (LED) tubes to meet the requirements of this DON to the Defense Finance Accounting and Service (DFAS), in Limestone, ME. 2. REQUIREMENT The Contractor shall provide twelve hundred and fifty (1250) light emitting diode (LED) tubes per the specifications listed in paragraph 2.1. through 2.2. 2.1. The Contractor is responsible for delivery of the product (LED tubes) to the DFAS loading dock. Installation will be done by others. Any visible product damage to the point of acceptance by our warehouse personnel shall be determine and the Contractor shall be responsible for all cost associated with replacement. 2.2. The Contractor provided LED tubes shall be direct replacement for the standard 4 foot T-8, T-10 and T-12, fluorescent lighting fixtures and meet or exceed the following requirements. a) Rated for universal voltages of 100 - 277. b) Made of break resistant polycarbonate or equal housing. c) No less than 300 High Quality LED's forming 3 or 4 rows per bulb. d) White light (no substitutes, just White) e) No more than 17 Watts power consumption. f) Produce at least 1500 Lumens Central Lux: 80-120 CRI:80. g) Minimum 5 Year Warranty h) Warranty date printed/stamped on each bulb to indicate warranty start. 3. Warranties: The Contractor shall provide all services connected with the manufactures warranties to include shipping and restocking fees. End of Description of Need Place of Performance, Period of Performance, and Delivery Place of performance : Defense Finance and Accounting Services/JBD/LI 27 Arkansas Road, Suite 104 Limestone, Maine 04751-1500 Attn: Michael Stotler/207-328-1113 Delivery: 30 days from the date of award Period of performance: Delivery 30 days from date of award 5 year Warranty from date of award Payment Upon satisfactory delivery of LED tubes required in this DON, the Contractor shall submit a 2n1 invoice via the internet using the government provided Wide Area Work Flow Receiving/Acceptance System (WAWF). It is the Contractor's responsibility to register in the Central Contract Registry (CCR) and WAWF System in order to insure prompt payment. Once invoice (2n1) is received by DFAS Limestone, via WAWF, an acceptor will review the document and, if correct, accept it electronically and forward for payment. Invoices shall be submitted to the COR/GPOC (Acceptor) as a 2-in-1 or Combo invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). When the 2-in-1 or Combo invoice is received by the COR/GPOC via WAWF, the COR/GPOC will review the document and, if it is correct, accept it electronically and forward it for payment. Web Base Training is available at www.wawftraining.com and for more information go to www.dod,mil/dfas and click the e-commerce link. Evaluation Procedures NOTE: THIS IS A NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS. (See Clause 52.219-4 included in provisions and clauses section below. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation and will be most advantageous (best value) to the Government. Factors used will be lowest price and conformance to the DON. Price - The quoter shall submit a firm fixed price quote in accordance with the DON on the quantity identified. Price will be evaluated using price analysis techniques. Provisions and Clauses: 52.212-1, Instruction to Offers-Commercial 52.212-2, Evaluation-Commercial Items 52.212-3, 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 Statues Or Executive Orders-Commercial Items apply to this acquisition. 52.252-2, Clauses Incorporated by Reference (Feb 1998) 52.252-6, Authorized Deviations in Clauses (Apr 1984) DFARS 252-232-7003, Electronic Submission of Payment Requests (MAR 2007) NOTE: the FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil The following DFAS provisions are included in full text in this solicitation and will be included in any resulting Order. 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JAN 2011) (a) Definitions. See 13 CFR 125.6(e) for definitions of terms used in paragraph (d). (b) Evaluation preference. (1) Offers will be evaluated by adding a factor of 10 percent to the price of all offers, except-- (i) Offers from HUBZone small business concerns that have not waived the evaluation preference; and (ii) Otherwise successful offers from small business concerns. (2) The factor of 10 percent shall be applied on a line item basis or to any group of items on which award may be made. Other evaluation factors described in the solicitation shall be applied before application of the factor. (3) A concern that is both a HUBZone small business concern and a small disadvantaged business concern will receive the benefit of both the HUBZone small business price evaluation preference and the small disadvantaged business price evaluation adjustment (see FAR clause 52.219-23). Each applicable price evaluation preference or adjustment shall be calculated independently against an offeror's base offer. These individual preference amounts shall be added together to arrive at the total evaluated price for that offer. (4) When the two highest rated offerors are a HUBZone small business concern and a large business, and the evaluated offer of the HUBZone small business concern is equal to the evaluated offer of the large business after considering the price evaluation preference, award will be made to the HUBZone small business concern. (c) Waiver of evaluation preference. A HUBZone small business concern may elect to waive the evaluation preference, in which case the factor will be added to its offer for evaluation purposes. The agreements in paragraphs (d) and (e) of this clause do not apply if the offeror has waived the evaluation preference. ___ Offeror elects to waive the evaluation preference. (d) Agreement. A HUBZone small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other HUBZone small business concerns; (2) Supplies (other than procurement from a nonmanufacturer of such supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other HUBZone small business concerns; (3) General construction. (i) At least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the prime contractor's employees or on a combination of the prime contractor's employees and employees of HUBZone small business concern subcontractors; (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns; or (4) Construction by special trade contractors. (i) At least 25 percent of the cost of contract performance to be incurred for personnel will be spent on the prime contractor's employees; (ii) At least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the prime contractor's employees or on a combination of the prime contractor's employees and employees of HUBZone small business concern subcontractors; (iii) No more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone small business concerns. (e) A HUBZone joint venture agrees that the aggregate of the HUBZone small business concerns to the joint venture, not each concern separately, will perform the applicable percentage of work requirements. (f)(1) When the total value of the contract exceeds $25,000, a HUBZone small business concern nonmanufacturer agrees to furnish in performing this contract only end items manufactured or produced by HUBZone small business concern manufacturers. (2) When the total value of the contract is equal to or less than $25,000, a HUBZone small business concern nonmanufacturer may provide end items manufactured by other than a HUBZone small business concern manufacturer provided the end items are produced or manufactured in the United States. (3) Paragraphs (f)(1) and (f)(2) of this section do not apply in connection with construction or service contracts. (g) Notice. The HUBZone small business offeror acknowledges that a prospective HUBZone awardee must be a HUBZone small business concern at the time of award of this contract. The HUBZone offeror shall provide the Contracting Officer a copy of the notice required by 13 CFR 126.501 if material changes occur before contract award that could affect its HUBZone eligibility. If the apparently successful HUBZone offeror is not a HUBZone small business concern at the time of award of this contract, the Contracting Officer will proceed to award to the next otherwise successful HUBZone small business concern or other offeror. (End of clause) DCG 204.2 - REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA) As of February 1, 2007, the DFAS Contract Services Directorate (Issuing Office) will no longer make paper or email distribution of contract documents. All DFAS contracts and modifications are available on the Electronic Document Access (EDA) website (http://eda.ogden.disa.mil). The website provides access information as well as EDA Help Desk support. DFAS 52.223-9000 "ENVIRONMENTALLY PREFERABLE PRODUCTS" (OCT 2007) The Environmentally Preferable Products clause is included in this contract to articulate the Government's polices on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. The recently issued Executive Order 13423 (January 24, 2007) requires federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it now requires that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. § 1. Mandatory use of Paper and other products with recycled content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor, by responding to this RFP/RFQ, affirmatively acknowledges that they will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this RFQ/RFP the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items. § 2 Notice of Green alternatives in Offerors' product/service. (a) When offering a product or service that contains Green components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products. § 2 Affirmative Duty of Contractors to adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. DFAS 252.232-9000 "WIDE AREA WORK FLOW (WAWF) - RECEIPT AND ACCEPTANCE (RA) INSTRUCTIONS" (November 2007) (a) As prescribed in DFARS clause 252.232-7003 Electronic Submission of Payment Requests (March 2007), Contractors must submit payment requests in electronic form. The Defense Finance and Accounting Service (DFAS) has implemented the DoD sanctioned Wide Area Workflow-Receipt and Acceptance (WAWF-RA) for contractors to submit electronic payment requests and receiving reports. Invoices for supplies/services rendered under this contract shall be submitted electronically through WAWF-RA using the invoice type identified in paragraph (d) below. Paper copies will no longer be accepted or processed for payment unless the conditions of DFARS clause 252.232-7003(c) apply, and are specifically authorized in the contract. (b) The contractor shall ensure an Electronic Business Point of Contact is designated in the Central Contractor Registration at http://www.ccr.gov. The contractor must register to use WAWF-RA at https://wawf.eb.mil, within ten (10) days after award of the contract or modification incorporating WAWF-RA into the contract. Step by step procedures to register are available on the WAWF-RA website. (c) Guidance regarding WAWF is available. There is a "Getting Started Guide" for WAWF and a free on-line computer based training module available at www.wawftraining.com. Payment information is available in the "myInvoice" system, a web-based tool that provides current payment status of a WAWF invoice. MyInvoice is available at https://myinvoice.csd.disa.mil//index.html. Vendor registration is required. Additional information on WAWF and eCommerce Tools are available at http://www.dod.mil/dfas/contractorpay/electroniccommerce/ECToolBox.html. (d) Invoices shall be submitted via WAWF-RA as (choose single type or multiple types) a "2-in-1", a "Combo", or as a "Cost Voucher". [Note: Cost Vouchers may be submitted only if the contract terms and conditions specifically authorize payment via a cost voucher.] [WAWF-RA invoice types authorized for the submission of payment requests are: 1. Combo - Invoice and Receiving Report. To be used for goods or any combination of goods and services. 2. 2-in-1 invoice: Normally used for services only contract, however, it may be and is used for goods and/or services. 3. Cost voucher: Used if billing for cost type/reimbursable contracts. Cost vouchers are only used when contracts/orders require invoices be sent to DCAA for approval; and if specifically authorized in the contract. 4. Progress Payments: Used when contracts/orders contain FAR 52.232-16 or DFARS 252.232-7004. 5. Performance Based Payments: Used when contracts/orders contain FAR 52.232-32] (e) DoDAACs or DoDAAC extensions. The contractor shall ensure the following DoDAACs are input when completing WAWF document(s); regardless of other DoDAACs used on the contract. It is important to note that if EDA is used to pre-populate the Address (DoDAAC) information on the WAWF document(s), the contractor must verify the data against the following information. If necessary, change the pre-populated WAWF input in accordance with the information provided below. Issued by DoDAAC - Admin DoDAAC - Payment DoDAAC - Acceptor DoDAAC - Acceptor - Inspected By DoDAAC/EXT - N/A LPO DoDAAC/ EXT - N/A (f) The Contractor shall send email notification to the following listed addresses. Before closing out of an invoice session in WAWF-RA but after submitting your document or documents, the contractor will be prompted to send additional email notifications. Contractor shall click on " Send More Email Notification" on the page that appears and input applicable e-mail address (see below). This additional notification to the government is important to ensure the acceptor/receiver is aware that the invoice documents have been submitted into the WAWF-RA system. (1) WAWF Acceptor (e-mail address): (2) Contracting Officer Representative (COR) (e-mail address): (3) Government Point of Contact (GPOC) (e-mail address): (4) Alternate COR or GPOC (e-mail address): CCR: Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government, companies must be registered in the CCR (Central Contract Registration). You also must have an assigned Cage Code that can be obtained when you do your CCR registration. The web site is www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/KOACO1RL027LEDTUBES/listing.html)
 
Place of Performance
Address: DEFENSE FINANCE AND ACCOUNTING SERVICES, 27 Arkansas Road, Suite 104, Limestone, Maine 04751-1500, POC Michael Stotler, Limestone, Maine, 04751-1500, United States
Zip Code: 04751-1500
 
Record
SN02529802-W 20110812/110811000416-b232a9a853540c2b7301d26e99cffb91 (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.