Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

59 -- ELECTRICAL TEST EQUIPMENT

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
1701 N. Ft. Myer Drive, rosslyn, VA 21999
 
ZIP Code
21999
 
Solicitation Number
10301DQD13
 
Response Due
9/27/2011
 
Archive Date
3/25/2012
 
Point of Contact
Name: Blondell Taylor, Title: Contract Specialist, Phone: 7038756961, Fax:
 
E-Mail Address
taylorbk2@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is 10301DQD13 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-27 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Arlington, VA 22209 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001, PowerSight PS4500 Power Quality Analyzer * Catches power quality events such as fast transients (impulses) to 8us, plus voltage sags (dips), and swells. * Tracks total harmonic distortion to the 63rd harmonic * Records energy use (kWh), and logs all power parameters: watts, va var, pf, etc. * Data log RMS voltage and current over time (days/weeks/months) with cycle-by-cycle resolution * Displays real time values in meter window just like a multimeter * Displays oscilloscope waveforms, harmonic spectra, phasors via a PC * Measures DC voltage and current * Contoured, cushion grip for comfort * Ruggedized construction for field use * Bluetooth wireless for remote communications to PC * Secure Digital removable memory card slot (to 2 GB) * CAT IV 600V Safety rating Included Accessories: 1 - DXV deluxe voltage leads with Jumbo Alligator clips 1 - Power Supply 1 - Operating Manual 1 - PSM Manager Software for PC with Report Writer, 2, EA; LI 002, AEMC 3731 Ground Resistance Tester Model 3731 (Clamp-On) * Simple and fast clamp-on operation - no leads, no auxiliary rods or spacing requirements. No need to disconnect neutral service * Direct reading of ground resistance from 0.1 Ohm to 1200 Ohms * Direct reading of continuity and ground loop resistance * Direct reading of ground leakage current from 1 mA to 30 Amps rms * Large 1.38" Jaw opening * Auto-off * Adjustable Alarm Set-point * Store 99 field measurements in memory for later retrieval and analysis Applications: * Measures ground rod and small grid resistance. * Use in multi-grounded systems without disconnecting the ground under test. * Measure resistance and continuity of grounding loops around pads and buildings. * Measure leakage current flowing to ground or circulating in ground loops. * Conduct quick field checks. * Conduct field surveys and retrieve and analyze readings are a later time. Included Accessories 1 - 9V Battery 1 - Hard Carrying Case 1 - 25 Calibration Check Loop 1 - Instruction Manual, 2, EA; LI 003, Extech 407026 Light Meter, FC/LUX Heavy Duty w/ Holster * Microprocessor assures maximum accuracy plus special functions * Super large 1.4" LCD display * % displays differential from reference point * ZERO Re-Calibration * Utilizes precision photo diode and color correction filter * Cosine and color corrected measurements * 4% accuracy is enhanced by selecting lighting type * Record/Recall MIN, MAX, and AVG readings * Data Hold plus Auto shut off * Built-in RS232 serial interface, optional software, 2, EA; LI 004, Fluke 43B/003 Power Quality Analyzer * Measures resistance, diode voltage drop, continuity, and capacitance * Records two selectable parameters for up to 16 days * Supports temperature accessories with direct readout in degrees * 10 measurement memo ries for saving screens * 500 A ac current clamp and voltage probes with four sets of probe tips * User's Manual, applications manual and power quality video to help answer questions * 3 year warranty on the Fluke 43B, 1 year on accessories Included Accessories: 1 - Shielded Banana-to-BNC Adapter 1 - Users Manual / Application Guide 1 - Power Quality CD-ROM 1 - C120 - Hard Case 1 - Flexible Test Lead set 1 - AC220 - Industrial Test Clips 1 - Large Jaw Alligator Clips 1 - BP120 - Rechargeable Ni-Cd Battery Pack (installed) 1 - TP1 - Flat-tipped Slim-Reach Test Probes 1 - TP4 - 4 mm Round Slim-Reach Test Probes 1 - PM8907/803 - Line Voltage Adapter/Battery Charger 1 - PM9080 - Optically Isolated RS232 Interface Adapter 1 - i400s - 400 A AC Current Clamp, 1, EA; LI 005, AEMC 4630 Kit-500ft Ground Resistance Tester (Cat #2135.24) Measures soil resistivity (4-Point) method Measures ground resistance (2- and 3-Point) Fall-of-Potential method Step voltage tests and touch potential measurements Auto-Ranging: automatically selects the optimum range Designed to reject high levels of noise interference Extremely simple to operate: connect - press - read LED on faceplate informs operator of high input noise, high auxiliary rod resistance and fault connections AC powered with rechargeable NiMH batteries Rugged, dustproof and rainproof field case Can also be used for continuity tests on bonding Color-coded terminals 4630 Kit-500ft Includes: (2) 500' color-coded leads on spools (red and blue) (2) 100' color-coded leads (green and black) (1) 30' lead (green) (4) 14.5" T-shaped auxiliary ground electrodes (5) Spaded lugs (1) 100' tape measure (1) Carrying bag, 1, EA; LI 006, Flir B400 - Infrared Camera with FLIR Fusion * Razor-sharp Thermal Images - 76,800 Pixels! * Thermal Fusion Functionality * Interchangeable Optics * 1.3 MegaPixel Visual Camera * Automatically Associates the Visual and Thermal JPEG Images * Includes FREE QuickReport Software for Analysis & Reporting * Optional Microsoft Word-Based Reporter Software w/Spell Check * Removable SD/Memory Card, USB & Video Out * Onscreen Thumbnail Image Gallery * 5 Temperature Spots & Delta T Functionality * Touch Screen Technology Adds Markers, Draws Sketches * Auto or Manual Focus with 8x Continuous Digital Zoom * Auto Hot/Cold Spot & Audible/Visible Alarms * Large 3.5" Color LCD Display * High Thermal Sensitivity for Maximum Temperature Accuracy * Built-in Laser LocatIR * Long 4-Hour Battery with In-Camera Charging or Car Charger * Optics Head/Display Screen Rotate Independently for Optimal Viewing * Holster for Portability and Easy Access to Camera * Target Illuminator Brightens Dark Areas * Tiltable Optics Reduces Back and Arm Strain Included Accessories: 1 - Transport Case 1 - Lens Cap 1 - Stylus Pen 1 - Power Supply with Cable 1 - 2-bay Battery Charger with Cable 1 - Batteries 1 - Video Cable 1 - USB-Cable 1 - SD Memory Card 1 - Sun Shield 1 - Headset, 3.5 mm plug 1 - Users Manual, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If Seller is bidding Cisco brand equipment, Seller certifies that it is a Cisco Authorized Channel as of the date of the submission of its Bid, and that it has the certification/specialization level required by Cisco to support both the product sale and product pricing, in accordance with applicable Cisco certification/specialization requirements.Unless otherwise specified, Seller warrants that the products are new and in their original box(es). The Seller confirms to have sourced all Cisco products submitted in this Bid from Cisco or through Cisco Authorized Channels only, in accordance with all applicable laws and Cisco?s current applicable policies at the time of purchase. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all Cisco software is licensed originally to Buyer as the original licensee authorized to use the Cisco Software. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.ccr.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html.(b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall.(c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges.(d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/FedBid.com/FedBid1/10301DQD13/listing.html)
 
Place of Performance
Address: Arlington, VA 22209
Zip Code: 22209
 
Record
SN02592231-W 20110928/110926235056-12757f6ea97dc3613871fe91fde14364 (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.