Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOLICITATION NOTICE

30 -- Dry Isolation Transformer - Attachment 1 - RFQ

Notice Date
12/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
Dry_Isolation_Transformer
 
Archive Date
1/19/2018
 
Point of Contact
Joseph C. Alexander, Phone: 8439637744, Terry G. Harrelson, Phone: 8439635182
 
E-Mail Address
joseph.alexander.13@us.af.mil, terry.harrelson.1@us.af.mil
(joseph.alexander.13@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ for Isolation Transformer (i) 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. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-18-R-0007 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96 effective 6 Nov 2017. (iv) This acquisition is a 100% small business set-aside. The associated NAICS code is 335311 with a 750 employee size standard. (v) Contractors shall submit a quote for the supply and delivery of one (1) DRY ISOLATION TRANSFORMER with the following specifications: •1) 1. 625 kVA minimum power •2) 2. 450 VAC minimum output/input voltage •3) 3. 3 phase •4) 4. 60 Hz frequency •5) 5. Delta to wye configuration •6) 6. Unit must be suitable for use at 120 degrees F ambient temperature •7) 7. Unit must be portable and for outdoor use •8) 8. Unit must be of a dry cooling type (no oil) The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. All responsible sources may submit a quote, which shall be considered. (vi) Delivery must be complete within thirty (30) days or less of award. FOB Destination. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. Offerors shall submit sufficient product data to allow the government to evaluate the offered product as technically acceptable. Vendors shall submit sufficient product information to support the vendor proposes to deliver the required product. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Technical acceptability of the product offered to meet the Government requirement. 2. Price - The Government will evaluate the total price of the offer for award purposes. All contractors shall submit information sufficient to allow the Government to evaluate and determine the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer. The Government shall rank all proposals according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. Once the lowest priced proposal is evaluated as technically acceptable, that offeror represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. FAR 52.204-7, System for Award Management FAR 52.204-7 Alt 1, System for Award Management - Alternate 1 FAR 52.211-6, Brand Name or Equal FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV) FAR 52.219-6, Notice of Total Small Business Set-aside FAR 52.219-28, Post Award Small Business Representation FAR 52.232-1, Payments FAR 52.232-33, Payment by Electronic Fund Transfer- System for Award Management DFARS 252.204-7004 Alt A, System for Award Management Alternate A DFARS 252.225-7000, Buy American Act Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Workflow Payment Instructions •§ AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) OMBUDSMAN (APR 2015) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsmen, Mr. Gregory S. Oneal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman levels, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (end of clause) •§ FAR 52.223-11, Ozone-Depleting Substances •§ AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 4 January 2018, 2:00PM EST. Requests should be marked with solicitation number FA4418-18-R-0007. (xvi) Address questions to 2d Lt Joseph Alexander, Contracting Specialist, at (843) 963-7744, fax (843) 963-5183, email joseph.alexander.13@us.af.mil or Terry Harrelson, Contracting Officer, at (843) 963-5158, fax (843) 963-5183, email terry.harrelson.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/Dry_Isolation_Transformer/listing.html)
 
Place of Performance
Address: Naval Weapons Station, 1260 Snow Pointe Road, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN04771478-W 20171221/171219231626-bd2e7998dae59ef0e51939b1ab319a58 (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.