Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

99 -- Sri Lanka Antenna Insulators - 9 Drawings (9pages)

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
 
ZIP Code
20237
 
Solicitation Number
BBG50-S-13-SriLankaAntennaInsulators-PB
 
Archive Date
8/24/2013
 
Point of Contact
Jerome Samuel, Phone: 94 32-225-5931/32, David K. Leonard, Phone: 94 32-225-5931/32
 
E-Mail Address
JSamuel@bbg.gov, KLeonard@bbg.gov
(JSamuel@bbg.gov, KLeonard@bbg.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
9 Drawings (9pages) This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 [Streamlined Solicitation for Commercial Items] to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of 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. (ii) This Solicitation Number BBG50-S-13-Sri Lanka Antenna Insulators -PB is issued as a request for proposal (RFP) that will result in a single award of a firm-fixed-price contract using FAR Part 15 [Contracting by Negotiation] procedures. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through FAC 2005-069, effective August 1, 2013. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for Small Business set-aside procurement. Referenced (and attached) drawings: - Dwg. # 2576 Egg/walnut type insulator - porcelain. - Dwg. # 4922 Egg/walnut type insulator - 95% alumina. - Dwg. # 3651 Rod insulator physical dimensions. - Swg. # 3644 Alumina glazed insulator material. - Dwg. # 3642 Rod insulator assembly (alumina ceramic) 300 mm length. - Dwg. # 3515 Specification for naval brass block. - Dwg. # 3650 Porcelain insulator material (glazed) specification. - Dwg. # 4242 Rod insulator assembly (porcelain) 300 mm length. - Dwg. # 3641 Rod insulator assembly (porcelain) 387 mm length. REQUIREMENTS: * Item # 1: Egg/walnut type insulator, porcelain, per Ref. 55 on Dwg. 2576 and per Dwg. 3650, Proof load = 2 tons, Dry flash over = 20 kV. Quantity = 1,270. * Item # 2: Egg/walnut type insulator, porcelain, per Ref. 57 on Dwg. 2576 and per Dwg. 3650, Proof load = 2 tons, Dry flash over = 15 kV. Quantity = 285. * Item # 3: Egg/walnut type insulator, 95% alumina, per Ref. 60 on Dwg. 4922 and similar to Dwg. 3650, Proof load = 2 tons, Dry flash over = 25 kV. Quantity = 100. * Item # 4: Alumina ceramic rod insulator per Dwg. 3651 and 3644. Quantity = 200. * Item # 5: Alumina ceramic rod insulator assembly, 1.0" dia. & Minimum Tensile Breaking Load = 4,400 lbs. (2.0 MT), Identity 01 with end cap jaws in line, per Dwg. 3642, 3644, and 3515. Quantity = 190. * Item # 6: Alumina ceramic rod insulator assembly, 1.0" dia. & Minimum Tensile Breaking Load = 4,400 lbs. (2.0 MT), Identity 02 with end cap jaws 90 degrees, per Dwg. 3642, 3644, and 3515. Quantity = 120. * Item # 7: Alumina ceramic rod insulator assembly, 1.5" dia. & Minimum Tensile Breaking Load = 8,800 lbs. (4.0 MT), and 387 mm length, Identity 01 with end cap jaws in line, similar to Dwg. 3642, and per Dwg. 3644, and 3515. Quantity = 40. * Item # 8: Porcelain rod insulator assembly, 1.0" dia. & Minimum Tensile Breaking Load = 2,420 lbs. (1100 kg), 300 mm length per Dwg. 4242, 3650, and 3515. Quantity = 150. * Item # 9: Porcelain rod insulator assembly, 1.0" dia. & Minimum Tensile Breaking Load = 2,420 lbs. (1100 kg), 387 mm length per Dwg. 3641, 3650, and 3515. Quantity = 564. For Items # 8 and 9, Grade L5 Steatite is acceptable as alternative. Also it is recognized that these specifications are about 20 years old and there may have been changes, new materials, etc. So alternative products may be proposed. Critical dimensions, mechanical strength, dielectric strength, etc. must be maintained. Include shipping to: JCM Logistics, Inc. 14928 Bogle Drive Chantilly, VA 20151 * 9 drawings attached. (v) Payment will be made in accordance with the U.S. Prompt Payment Act. (vi) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (vii) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The technical evaluation is more important than price in the BBG's overall evaluation of an Offeror's proposal. (viii) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: https://www.acquisition.gov/far/html/52_212_213.html ; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the contracting officer. (ix) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (x) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]. (xi) The Offeror shall note that CLIN No. 1-9 shall be priced on a firm-fixed price. (xii) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xiii) No numbered notes apply to this acquisition. (xiv) Offerors shall submit their price proposal to the Sri Lanka Transmitting Station, International Broadcasting Bureau (IBB), U.S. Embassy, 210 Galle Road, Colombo 3, Sri Lanka. Point of Contact will be: Jerome Samuel, Procurement Agent, Email address: JSamuel@bbg.gov and David K. Leonard, Project Manager @ KLeonard@bbg.gov. Telephone Number: +94 32-225-5931/32. Price Proposal shall state: (a) the Offeror's proposed firm-fixed-price for CLIN No. 1 - 9. Proposals are due by 2:00p.m local Sri Lanka Time, which is equivalent to 2:00pm EST. on 8/23/ 2013 at the address or email listed above. (xv) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Phyllis Bryan, at (202) 382-7844, or via e-mail at pbryan@bbg.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG50-S-13-SriLankaAntennaInsulators-PB/listing.html)
 
Place of Performance
Address: Sri Lanka Transmitting Station, International Broadcasting Bureau (IBB), U.S. Embassy, 210 Galle Road, Colombo, Sri Lanka
 
Record
SN03150507-W 20130817/130815235724-096a9917767e26ff48dbc229256dab0f (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.