Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2011 FBO #3639
SOLICITATION NOTICE

61 -- 167 KVA Transformer - Drawing and Signed Synopsis

Notice Date
11/9/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B004
 
Archive Date
12/8/2011
 
Point of Contact
Cheryl T. Witt, Phone: 321-494-9942, Bradley E Richardson, Phone: 321-494-1667
 
E-Mail Address
cheryl.witt@patrick.af.mil, brad.richardson@patrick.af.mil
(cheryl.witt@patrick.af.mil, brad.richardson@patrick.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawing of requirement and Signed Combined Synopsis A diagram is attached for reference. Combined Synopsis/Solicitation 167 KVA 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-12-Q-B004 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. This is a set-aside for 167 KVA Transformers. The North American Industry Classification System (NAICS) code for this project is 335311 with a size standard of 750. Item Description Qty Unit Unit Price Total Amount 0001 167 KVA Transformer 4 each Full description: Brand name or equal (FAR clause 52.211-6). Qty - 4. NSN: 6120L0184612520; 167 KVA PADMOUNT TYPE TRANSFORMER, SINGLE PHASE 13200 DELTA TO 240/120 SECONDARY. DEAD FRONT LOOP FEED, 3 LOW VOLTAGE 4•HOLE SPADES, 4•POSITION OIL SWITCH, 304L STAINLESS STEEL. MUST MEET THE FOLLOWING DEMENSIONS AND SPECIFICATIONS: CABINET AND TANK MUST BE 38 1/2 INCHES WIDE 38 INCHES DEEP, 36 1/2 INCHES HIGH. PRIMARY AND SECONDARY BUSHINGS MUST BE THE FOLLOWING: HIA AND HIB BUSHINGS MUST BE 27 INCHES HIGH TO CENTER. H2A AND H2B MUST BE 20 1/2 INCHES HIGH TO CENTER. XI AND X3 MUST 28 1/2, INCHES HIGH TO CENTER, X2 MUST BE 21 ½ INCHES HIGH TO CENTER. HIA AND HIB MUST BE 16 INCHES APART. H2A AND H2B MUST BE 8 1/2 INCHES APART. Xl AND X3 MUST BE 7 INCHES APART. Please furnish a diagram and specifications. Any additional items are encouraged to assist with reviewing technical acceptability as stated above. Also, note that if the above height and dimensions are not to the specified heights and widths that it will not be technically acceptable. Items must meet all ANSI and OSHA regulations. Estimated Delivery Time: ____ Warranty: ______ (please provide if applicable) FOB: Destination Ship to address: TRANSPORTATION OFFICER• FE2520 BLDG 822 BETWEEN 7:30AM•3:30PM PATRICK AFB FL 32925-5270 FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 23 Nov II RFQ due time: 3 pm Fax RFQ to 321-494-2706 or mail to: 45th Contracting Squadron Attn: FA2521-12-Q-B004; 167 KYA Transformers 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email or verbal quotes are not acceptable. All questions regarding this solicitation must be faxed to 321-494-2706 by 1:00 pm 15 Nov 11. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. W A WF instruction shall be provided at lime of award. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12. 2, contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon Best Value - price and ability to fulfill the technical requirements. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.219-4 -- Notice of Price Evaluation Preference for HUB Zone Small Business Concerns. FAR 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 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.223-15 - Energy Efficiency in Energy-Consuming Products. FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. FAR 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.233-1 -- Disputes. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.247-64 -- Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV). Additionally, the following FAR clauses cited in 252.212-7001 are applicable: DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.204-7011 Alternative Line Item Structure. DFARS 252.211-7003 Item Identification and Valuation DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. DFARS 252.225-7036 Buy American Act-Free Trade Agreements--Balance of Payments Program, Alternate I (Oct 2011) DFARS 252.225-7038 Restriction on Acquisition of Air Circuit Breakers. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.246-7003 Notification of Potential Safety Issues. DFARS 252.247-7023 Transportation of Supplies by Sea, Alt III (May 02) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B004/listing.html)
 
Record
SN02620945-W 20111111/111109234914-75f364b9b9bff7563a8f5ac248ba78bf (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.