Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

61 -- GE PLC Parts - Programmable Logic Controllers for use at Canyon Ferry

Notice Date
9/12/2011
 
Notice Type
Presolicitation
 
Contracting Office
Bureau of Reclamation - GP - MTAO 2900 4th Avenue North 5th Floor Billings MT 59101
 
ZIP Code
59101
 
Solicitation Number
R11PS67049
 
Response Due
9/19/2011
 
Archive Date
9/11/2012
 
Point of Contact
Michael Stanard Contract Specialist 4062477351 mstanard@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
1. This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. 2. Request for Quote (RFQ) R11PS67049 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding shall be registered with the Central Contractor Registration (CCR) and Online Registration Certification Application (ORCA) NO EXCEPTIONS. 3. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffara.htm 4. This procurement is being issued as 100% Small Business Set-Aside. North American Industrial Classification Standard: 423690; Small Business Size Standard: 100 employees 5. Contractor to provide all labor, materials, tools, equipment, transportation, and supervision to deliver the following new and unused: A.Line item 0001: Analog 4 In/2 Out, Possible model No.: IC660BBA100, *NEW, UNUSED AND IDENTICAL, Quantity: THREE (3) B.Line item 0002: Genius Isolated Input/Output, Possible model No.: IC660BBS100 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) C.Line item 0003: Genius Isolated Input/Output, Possible model No.: I IC660BBS103, *NEW, UNUSED AND IDENTICAL, Quantity: TWO (2) D.Line item 0004: Input 120 VAC, Possible model No.: IC693MDL230 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) E.Line item 0005: Input 24 VDC Pos Logic, Possible model No.: IC693MDL640, *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) F.Line item 0006: Output 125 VDC, Possible model No.: IC693MDL734 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) G.Line item 0007: Remote I/O Scanner, Possible model No.: IC697BEM733, *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) H.Line item 0008: Slot Rack Font Mount, Possible model No.: IC697CHS79110 *NEW, UNUSED AND IDENTICAL, Quantity: TWO (2) I.Line item 0009: Ethernet Interface, Possible model No.: IC697CMM742-LL, *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) J.Line item 0010: UPGRADE CPU FOR IC697CPU781 CARD MEM735/CPU781/REVISION 6.02, Possible model No.: 44A735566-G07 *NEW, UNUSED AND IDENTICAL, Quantity: THREE (3) K.Line item 0011: D.L. Input Module 125 VDC, Possible model No.: IC697MDL640 *NEW, UNUSED AND IDENTICAL, Quantity: THREE (3) L.Line item 0012: CPU 781/MEM735/revision 6.02 or later, Possible model No.: IC697CPU781 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) *Newly manufactured parts are preferred. If newly manufactured parts are not available contractors shall specify which items are re-manufactured. Other salient features: A minimum of 1 year warranty for new A minimum of 2 year warranty for re-manufactured These items will be installed by Government personnel. 6. FOB-Destination for delivery to: Montana Area Office, 2900 4th Avenue North, Ste 501, Billings, MT 59107-0137. Delivery (14 days ARO). Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC).The contractor shall coordinate the exact dates and times of delivery with the Reclamation, at least one week in advance. The contractor shall ensure that the total for all amounts ordered and delivered does not exceed the amount noted in the contract line item. 7. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. 8. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is also included. 9. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items is included. 10. If offeror provides an equivalent product FAR 52.211-6 applies, and offer shall contain explanation of characteristics identified above with applicable product literature drawings and or specifications to be used for determination of an equivalent product and for evaluation of offer. 11. The following provisions and clauses apply to this acquisition: FAR 52.202-1 Definitions; FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; 52.219-28 - Post-Award Small Business Program Representation; 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; FAR 52.223-18 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 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.246-17 Warranty of Supplies of a Noncomplex Nature; FAR 52.247-34 F.O.B.-Destination; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; 12. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. 13. The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Annual representations and certificates shall be completed electronically at http://orca.bpn.gov. 14. Solicitation: R11PS67049, PLC Parts - GE Programmable Logic Controller Parts, Due: Quotes are required to be received no later than 12:00 PM MT, September 19, 2011. Submit to: Quotes shall be emailed to (Michael Stanard at mstanard@usbr.gov), or faxed to (406) 247-7338. DATE: ____________________________________________________________________________________; CONTRACTOR: _____________________________________________________________________________; ADDRESS: ________________________________________________________________________________; DUNS Number: _____________________________________________________________________________; Contact Name: _____________________________________________________________________________; Phone: ____________________________________________________________________________________; Fax: ______________________________________________________________________________________; E-mail: ___________________________________________________________________________________; Base Quote Line Items:A.Line item 0001: Analog 4 In/2 Out, Possible model No.: IC660BBA100, *NEW, UNUSED AND IDENTICAL, Quantity: THREE (3) Unit Price: $____________, Extended Price: $____________; B.Line item 0002: Genius Isolated Input/Output, Possible model No.: IC660BBS100 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1)Unit Price: $____________, Extended Price: $____________; C.Line item 0003: Genius Isolated Input/Output, Possible model No.: I IC660BBS103, *NEW, UNUSED AND IDENTICAL, Quantity: TWO (2) Unit Price: $____________, Extended Price: $____________; D.Line item 0004: Input 120 VAC, Possible model No.: IC693MDL230 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) Unit Price: $____________, Extended Price: $____________; E.Line item 0005: Input 24 VDC Pos Logic, Possible model No.: IC693MDL640, *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) Unit Price: $____________, Extended Price: $____________; F.Line item 0006: Output 125 VDC, Possible model No.: IC693MDL734 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) Unit Price: $____________, Extended Price: $____________; G.Line item 0007: Remote I/O Scanner, Possible model No.: IC697BEM733, *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) Unit Price: $____________, Extended Price: $____________; H.Line item 0008: Slot Rack Font Mount, Possible model No.: IC697CHS79110 *NEW, UNUSED AND IDENTICAL, Quantity: TWO (2) Unit Price: $____________, Extended Price: $____________; I.Line item 0009: Ethernet Interface, Possible model No.: IC697CMM742-LL, *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1) Unit Price: $____________, Extended Price: $____________; J.Line item 0010: UPGRADE CPU FOR IC697CPU781 CARD MEM735/CPU781/REVISION 6.02, Possible model No.: 44A735566-G07 *NEW, UNUSED AND IDENTICAL, Quantity: THREE (3) Unit Price: $____________, Extended Price: $____________; K.Line item 0011: D.L. Input Module 125 VDC, Possible model No.: IC697MDL640 *NEW, UNUSED AND IDENTICAL, Quantity: THREE (3) Unit Price: $____________, Extended Price: $____________; Line item 0012: CPU 781/MEM735/revision 6.02 or later, Possible model No.: IC697CPU781 *NEW, UNUSED AND IDENTICAL, Quantity: ONE (1)Unit Price: $____________, Extended Price: $____________; TOTAL: $_______________________ DUNS#:_______________________ TIN#:________________________ General Notes 1) Offerors shall submit a price for all line items; failure to do so may render the offer unacceptable. 2) In case of error in summation, the total of the corrected amounts govern. 3) The contractor shall not exceed the estimated quantities unless first receiving a written approval from the Contracting Officer. 15. PAPER COPIES OF THIS SOLICITATION WILL NOT BE ISSUED AND TELEPHONE REQUESTS OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED. This solicitation will be available ONLY AT https://www.fbo.gov/ O/A September 12, 2011 and unless amendments are issued extending the solicitation, the offers are due in this office no later than September 19, 2011 at 12:00 PM MT. In order to download a copy of the solicitation vendors will be asked to register their company with the electronic commerce website. Be prepared with your company DUNS Number, available from Dun and Bradstreet at 1-888-546-0024 and your federal Tax Identification Number (TIN). All vendors should pre-register with ORCA and the CCR by logging into http://www.ccr.gov. Your point of contact for this project is Michael Stanard, Contract Specialist, 406-247-7351, email: mstanard@usbr.gov. All responsible sources may submit an offer which if submitted in a timely manner, will be considered. 16. Questions in regards to this solicitation shall be submitted no later than September 15, 2011 at 12:00 PM MT at 12PM MT any questions after this date will not be considered. The Government reserves the right to cancel this solicitation at anytime.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ff981d68d24691cf5109380c0a716e72)
 
Place of Performance
Address: Delivery FOB DESTINATION to Montana Area Office, 2900 4th Ave North Ste 501, Billings, Montana 59107-0137 Yellowstone County
Zip Code: 591070137
 
Record
SN02572128-W 20110914/110912235710-ff981d68d24691cf5109380c0a716e72 (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.