Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

61 -- Powerhouse Line 22 Upgrade Supplies

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-14-T-0043
 
Response Due
7/30/2014
 
Archive Date
9/21/2014
 
Point of Contact
Vickie Grant, 910 251-4804
 
E-Mail Address
USACE District, Wilmington
(vickie.l.grant@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. Solicitation Number W912PM-14-T-0043 is being issued as a Request for Quote (RFQ). The Government contemplates award of a single Firm-Fixed Price contract. This procurement is being competed as a 100% Small Business set aside. The North Atlantic Industry Classification System (NAICS) code is 335313 with a small business size standard of 750 employees. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2005-74. Description of Requirement: The U.S. Army Corps of Engineers, Wilmington District, is contemplating the procurement of a Supply Contract for the John H Kerr Powerhouse located in Boydton, Virginia. The Hydropower Switchyard facility requires supplies to upgrade conductors with the following CLINS: Powerhouse Line 22 Upgrade W912PM-14-T-0043 -0001 500 feet each, 500 AWG stranded bare copper cable rated for 800 amps or greater -0002 1,500 feet each, 1,000 AWG stranded bare copper cable rated for 1200 amps or greater -0003 18 each, # SWHD100DY90, Hubbell Power Systems bronze two cable terminals or equivalent -0004 18 each, # SWHD100D, Hubbell Power Systems bronze two cable terminals or equivalent -0005 120 each, # BPCS100212, Hubble Power Systems bronze cable spacers or equivalent -0006 24 each, # SWH100C, Hubbell Power Systems bronze one cable terminals or equivalent -0007 6 each, # Hubbell Power Systems TSBB bronze multipurpose connectors or equivalent To view the specifications for this requirement and all additional information regarding this requirement, please visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm and enter the Solicitation W912PM-14-T-0043. The following provisions and clauses apply to this acquisition: The full text clauses may be accessed electronically at http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.204-7, System for Award Management 52.212-4, Contract Terms and Conditions--Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.219-1, Alternate I, Small Business Program Representations 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act-Supplies 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations In Clauses 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7003, Agency Office of the Inspector General 252.204-7004 Alt A, System for Award Management 252.204-7005, Representation Relating to Compensation of Former DOD Officials 252.204-7008, Export-Controlled Items 252.211-7003, Item Identification and Valuation 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7001, Buy American and Balance of Payments Program 252.232-7010, Levies on Contract Payments Evaluation Factors: Award will be made to the lowest priced, technically acceptable offer. PLEASE USE THE QUOTE FORM ATTACHED WITH THIS SOLICITATION. QUOTES ARE DUE NO LATER THAN 2:00 PM, EASTERN DAYLIGHT TIME, 30 July 2014. PARTIES INTERESTED IN RESPONDING TO THIS RFQ ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY and in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) to the Contract Specialist, Vickie Grant, at Vickie.L.Grant@usace.army.mil. Oral communications are not acceptable in response to this notice. QUOTES MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance address; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardees shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/29f58346264157b7c3873fa26fa0a077)
 
Place of Performance
Address: USACE District, Wilmington CESAW-CT, 69 Darlington Ave, Wilmington NC
Zip Code: 28403-1343
 
Record
SN03434428-W 20140725/140723234851-29f58346264157b7c3873fa26fa0a077 (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.