Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
DOCUMENT

36 -- Electric motor 200 HP requirement - Attachment

Notice Date
4/5/2012
 
Notice Type
Attachment
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24812Q1135
 
Archive Date
5/5/2012
 
Point of Contact
Department of Veterans Health Administration
 
E-Mail Address
180<br
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested and a written solicitation will not be issued. This is an unrestricted acquisition. All responsible sources may submit a capability statement, or quotation, which shall be considered by the agency. Solicitation number VA248-12-Q-1138 is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The Government anticipates awarding a Firm Fixed Price Commercial item type contract in accordance with the procedures detailed in FAR 12.207. The applicable NAICS code is 423610 with a size standard of 100 employees. This acquisition is for the quantities set forth herein. CLIN 0001 QTY: 2 EA UNIT PRICE:_____________ TOTAL PRICE:________________ One Tatung Electric motor- 200 Horsepower, 480 volts, 1780 RPM, and 3 Phase. This is a Brand Name or Equal requirement. Equal must meet all of the Salient Characteristics. FOB Destination Salient Characteristics: GENERAL PURPOSE ELECTRIC MOTOR ItemGeneral Purpose Motor Motor Type3-Phase HP200 Nameplate RPM1780 Voltage460 NEMA Frame445T EnclosureOpen Drip Proof MountingBase Hz60 Full Load Amps223.0 DutyInverter Service Factor1.15 Nominal Efficiency95.8 Mounting PositionHorizontal BearingsOpen Re-greaseable Ball Thermal ProtectionNone RotationCW/CCW Insulation ClassF Ambient (C)40 Overall Length (In.)39-13/16 Length Less Shaft (In.)31-5/16 Shaft Dia. (In.)3-3/8 Shaft Length (In.)8-1/2 Frame MaterialCast-Iron FinishGreen Alkyd Enamel BaseRigid Efficiency GroupPremium, MG1 Table 12-12 NEMA StandardInverter NEMA MG 1 Part 31: 100:1 Variable and 20:1 Constant Torque Rated50 Hz Operation on 190/380V at Rated HP and 5/6 of 60 Hz RPM Part Wind Start CapableYes Phase3 Usable on 200V @ 1.0 SFNo StandardsUL Recognized (E104590), CSA Certified (LR38324), CE UsesPremium Efficiency Performance on Pumps, Fans, Blowers and Other Industrial Equipment Warranty (Years)3 Footnotes3,17 Mfr. Stock No.20018OT3G445T RPM Range1400-1800 Green Environmental AttributeProduct Contributes To Reducing Energy Consumption Green Certification or Other RecognitionNEMA Premium Rated NEMA/IEC Frame445T Ship to Address: Department of Health Administration Malcom Randal Medical Center 1606 Archer Road Gainesville, FL 32608-1135 Quotes shall be submitted electronically no later than 10 April 2012, 2:00 pm Eastern Time. Offerors must comply with the detailed instructions for the format and content of the quotes; quotes that do not comply with the detailed instructions for the format and content of the quote may be considered unacceptable and may render the offeror ineligible for award. Quotes may be emailed or faxed to below addresses. The point of contact for information regarding this combined synopsis/solicitation is: Joseph A. Powell Sr, (352) 381-5917 or fax (352) -5719, Email:Joseph.PowellSr@va.gov The following clauses and provisions apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS, ADDENDA Submission of Offers: Submit signed and dated offers to the office specified in this synopsis/solicitation at or before the exact time specified in this synopsis/solicitation. Offers may be submitted on SF 1449, letterhead stationery, or as otherwise specified in the synopsis/solicitation. As a minimum, offers must show - (1)The solicitation number; (2)The time specified in the synopsis/solicitation for receipt of offers; (3)The name, address, and telephone number of the offeror; (4)CCR Registration (5)DUNNS Number (6)Terms of any express warranty; (7)Price and any discount terms; (8)Delivery date after award (9)"Remit to" address, if different than mailing address; (10)Tax Identification Number (11)A completed copy of the representations and certifications at FAR 52.212-3 or confirm registration in ORCA; (12)Acknowledgment of Synopsis/Solicitation Amendments; (13)If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the synopsis/solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the synopsis/solicitation may be excluded from consideration. (14)A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the synopsis/solicitation. The vendor shall provide technical documentation (descriptive literature, specifications, configuration drawings, catalogs, references, etc.) to demonstrate experience to meet all of the minimum requirements. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability/Lowest Price (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAY 2011) By reference 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (FEB 2012) By Reference. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2012) 52.246-17 WARRANTY OF SUPPLIES OF A NONCOMPLEX NATURE (JUNE 2003) By Reference 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. (End of Provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (1990) By Reference VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) By Reference VAAR 852.211-70 SERVICE DATA MANUALS (NOV 1984) By Reference VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) By Reference VAAR 852.246-70 GUARANTEE (JAN 2008) By Reference
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24812Q1135/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-Q-1135 VA248-12-Q-1135.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318015&FileName=VA248-12-Q-1135-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=318015&FileName=VA248-12-Q-1135-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Health Administration;Malcom Randal Medical Center;1606 Archer Road;Gainesville, FL
Zip Code: 32608-1135
 
Record
SN02715298-W 20120407/120405235859-6c58684562c88da78d110995da2e99e8 (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.