Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2014 FBO #4627
SOLICITATION NOTICE

59 -- 161KV Type-U Transformer Bushings - Photos 1 & 2

Notice Date
7/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334416 — Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Nashville, Attn: CELRN-CT, PO Box 1070, Nashville, Tennessee, 37202-1070, United States
 
ZIP Code
37202-1070
 
Solicitation Number
W912P5-14-T-0086
 
Archive Date
8/15/2014
 
Point of Contact
James W. Purcell, Phone: 6157367674
 
E-Mail Address
James.W.Purcell@usace.army.mil
(James.W.Purcell@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Photo 2 Data plate Photo 1 Transformer Bushings Solicitation W912P5-14-T-0086 is a Request for Quotation (RFQ) for 161KV Type U Transformer Bushings. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Contractor shall manufacturer, supply and deliver (12) Replacement 161KV Type-U Bushings. The 161KV Type-U Bushings shall meet or exceed the following specifications: Replacement Bushing for GE Type U, 11B652 G4 top terminal; 11B653 G4 bottom terminal. Equipped with Capacitance Transformers C1 & C2, with the following salient characteristics: 750KV Bil; 102 MAX KV to Ground; Line Terminal 800 amps. (Refer to attached photos). The Contractor warrants and implies that the items delivered hereunder are merchantable and fit for use for the particular purpose described in this contract. Any component failing to perform its function as specified and documented shall be repaired or replaced by the contractor at no additional cost to the Government. Items repaired or replaced shall be warranted for an additional period of at least one year from the date that the system becomes functional again. The equipment shall be packed in a manner acceptable to preserve the condition of the equipment as it left the Contractor's facility. The packaging shall clearly identify the contents and weight of the package. Loose items such as bolts and screws shall be packaged together in a single package. All transportation, delivery, and storage costs shall be included in the quote. Equipment shall be shipped as completely assembled and wired as feasible so as to require a minimum of installation work. Equipment shall be adequately protected from damage during shipping and handling. All damage shall be repaired or replaced by the Contractor with no additional cost to the Government. The contract resulting from this solicitation will contain one line item: CLIN 0001 for 12 each 161KV Type-U Transformer Bushings, including any shipping charges. Delivery: The items shall be delivered within Sixty (60) calendar days after receipt of a signed copy of the contract. Arrangements shall be made with the below contact prior to delivery. Deliveries accepted Monday -Thursday (except federal holidays), 0700-1630. Location: U.S. Army Corps of Engineers Cordell Hull Power Plant, ATTN: Kevin Claywell 150 Corp Lane Carthage, TN 37030 Phone:615-735-1023 The NAICS Code for this acquisition is 334416, Capacitor, Resistor, Coil, Transformer, and Other Inductor Manufacturing. The SBA small business size standard for this NAICS Code is 500 employees. This is a Small Business Set-Aside. The provisions and clauses incorporated herein may be accessed at the following link(s): http://farsite.hill.af.mil/ http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html The following FAR provisions and clauses apply to this acquisition: 52.204-7 System for Award Management 52.212-1 Instructions to Offerors--Commercial Items 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. The following FAR clauses are incorporated by reference via 52.212-5: 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.212-26, 52.222-41, 52.223-18, 52.225-13, and 52.232-33. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications The provision at 52.212-2 Evaluation - Commercial Items applies to this acquisition, and subparagraph (a) of the provision is edited as follows: The significant evaluation factors for this acquisition are (1) technical capability of the item offered to meet the Government requirement; and (2) price; in descending order of importance. The following Department of Defense FAR Supplement (DFARS) provisions and clauses apply to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A System for Award Management Alternate A 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7036 Buy American - Free Trade Agreements - Balance of Payments Program 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. Department of Defense FAR Supplement (DFARS) clause 252.211-7003 Item Unique Identification and Valuation applies to this acquisition. There are no exceptions included in subparagraph (c)(i), and no items are added to subparagraph (c)(ii) of the clause. Offerors must be registered in the System for Award Management (SAM) in order to be awarded a contract. The SAM registration process may be accessed at the following link: https://www.sam.gov/portal/public/SAM/#1 Offerors are expected to complete the Offeror Representations and Certifications - Commercial Items as part of the SAM registration process. If you have completed your annual representations and certifications electronically, but need to amend or update any of them for this acquisition; you must print provision 52.212-3, complete it manually, and submit with your offer. Offers are due by 31 July 2014, 11:00 AM CDT. Offers will be accepted via email to james.w.purcell@usace.army.mil ; or via parcel delivery at: USACE, Nashville Contracting Branch, Attn: J.W. Purcell, Room 682, 801 Broadway, Nashville, TN 37203; or via USPS at USACE, Nashville Contracting Branch, Attn: J.W. Purcell, Post Office Box 1070, Nashville, TN 37202-1070. Offerors must reference this solicitation number in the subject line of the email or the return address of the parcel, and include their CAGE Code in the response to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA62/W912P5-14-T-0086/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Cordell Hull Power Plant, 150 Corp Lane, Carthage, Tennessee, 37030, United States
Zip Code: 37030
 
Record
SN03436730-W 20140726/140724235327-c4159166a84ba66330ca6bbced681ec1 (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.