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

66 -- Lighting Inverter System - Combined Synopsis/Solicitation

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
F2A3E31237A001
 
Point of Contact
Melissa A Hopkins, Phone: 7017475344, Paula Reinhard, Phone: 7017475281
 
E-Mail Address
melissa.hopkins@us.af.mil, paula.reinhard@us.af.mil
(melissa.hopkins@us.af.mil, paula.reinhard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Lighting Inverter This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to acquire Illuminator Series E-Emergency Lighting Inverter System that meets the following specifications or equal: 1. Purchase one (1) Illuminator Series E-Emergency Lighting Inverter System or equal. Computer PN/ 6-E-4-S. Rating:3750VA/3750W Input:277VAC,60Hz,1 phase 2 wire+ground. Output:277VAC,60Hz, 1 phase 2 wire+ground. Unit shall provide computer grade AC power for lighting load during emergency backup. It shall incorporate a high frequency pulse width modulated inverter utilizing IGBT technology, a microprocessor controlled inverter and a temperature compensating charger, communication port, and a control panel with audible and visual alarms. Warranty on unit shall be a minimum of one year on parts and labor. Batteries shall be sealed, valve regulated, front access, lead acid batteries, 90 minute duration, and have warranty of one year plus 9 years pro-rata by manufacturer. Unit shall be designed to operate with less than 2-millisecond transfer time. Unit cabinet to be no larger than 30"W x 47"H x 25"D. Price to include delivery shipping to Grand Forks AFB, ND. This solicitation is unrestricted and all responsible offers will be accepted. The solicitation reference number is F2A3E31237A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 04 Aug 2011 and DFAR current through DPN 20110819 effective 19 Aug 2011. The NAICS code for the acquisition is 335129 other lighting equipment manufacturing and the size standard is 500 employees. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with specifications, and provides the lowest price found technically capable. The following provision and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil or in https://www.acquisition.gov/far. In Accordance with FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text, see prescription for use; FAR 52.212-1. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items Deviation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; 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 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.232-7010, Levies on contract payments. AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) - (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, SSgt Melissa A. Hopkins and Ms. Paula Reinhard, no later than 2:00 P.M. (CST) on 19 September 2011 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205 ATTN: SSgt Melissa A. Hopkins and Ms. Paula Reinhard. For more information email melissa.hopkins@us.af.mil or call at # 701-747-5344 and paula.reinhard@us.af.mil or call at # 701-747-5281. Fax # 701-747-4215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E31237A001/listing.html)
 
Place of Performance
Address: 319 CES/CEF Fire Department, Building 633, 10th Ave., Grand Forks AFB, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN02572533-W 20110914/110913000058-a9152beef451b1f18f362dc5df0d4f7b (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.