Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
SOLICITATION NOTICE

59 -- High Voltage Switches - Combined Synopsis/Solicitiation

Notice Date
7/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-18-Q-A010
 
Archive Date
8/9/2018
 
Point of Contact
Anthony T. Eubanks, Phone: 3214940449
 
E-Mail Address
anthony.eubanks@us.af.mil
(anthony.eubanks@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Combined Synopsis/Solicitation 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. The solicitation number FA2521-18-Q-A010 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99; Effective 15 & 16 July 2018. This is a set-aside for small businesses. The North American Industry Classification System (NAICS) code for this project is 335313 with a size standard of 1,250 employees. The purpose of this combined synopsis and solicitations for the purchase and delivery of 15kV, 110kV BIL solid dielectric insulated vault type switch, catalog #: PLS62-376-12-62FR and catalog #: PS60-376-12-60FR. Salient Characteristics for high voltage switch "PRIG6" catalog #: PLS62-376-12-62FR: Ways 1,2,3,4,5 & 6: - Ways 1 & 2: 3-phase epoxy encapsulated load break switch. - 630 amps continuous and loadbreak. - 20kA asym momentary and close-into-fault rating. - 600A Deadbreak Apparatus Bushings per IEEE 386 figure 11. - Three- Phase epoxy encapsulated fault interrupter - 630 Amps continuous and loadbreak. - 12.5kA sym. maximum interrupting rating - 500:1 internally mounted current transformers to provide trip levels from 15-300A - Type 3 EZSet Vacuum Interrupter Control housed in a NEMA 4X enclosure - 600A Deadbreak Apparatus Bushings per IEEE 386 figure 11 Other Features Required: - Front access to switch operators and rear access to bushings. - Inline bushings and compact bus. - Welded stainless steel mechanism cover painted light gray (ANSI 70) - 304/304L stainless steel frame - Parking stands for all bushings - 12-gauge 304 stainless steel padmount enclosure with 24"cable compartment. Must meet ANSI c37.72 & C57.12.29 standards - Width: 138.6 inches - Depth: 72.9 inches - Height: 68.4 inches - Enclosure painted Padmount Guardian Green, Munsell #7.0GY3.29/1.5 - 30" minimum bushing height - ½"-13 NC grounding provisions - Padlockable operating mechanism - padlocks are not required - 3" diameter circular viewing windows to verify OPEN/ CLOSED indicator position. - Green/ "OPEN" - Red/"CLOSED" labeling - Copper ground bus bar with 4/0 ground lugs on the switch frame - Stainless steel nameplate - Switch is equipped with a NEMA 4X junction box - Ways 3, 4, 5 and 6 are equipped with 2 Form C aux contacts on all ways wired to terminal strips in a NEMA 4X junction box and available for customer use. - Qty: 1 each Vacuum Interrupter Programming Kit for the VI Control. Salient Characteristics for high voltage switch "SS7CV4" catalog #: PS60-376-12-60FR: Ways 1,2,3,4,5 & 6 : - 3-phase epoxy encapsulated fault interrupter switch. - 630 amps continuous and loadbreak - 12.5kA sym maximum interrupting rating. - 500:1 internally mounted current transformers to provide field selectable trip levels randing from 15 to 300A. - Type 2 vacuum interrupter control housed in NEMA 4X enclosure. - A600A deadbreak apparatus bushings per IEEE 386 interface 11 Other Features Required: - Front access to switch operators and control cabinet - Rear access to bushings - Welded stainless steel mechanism cover painted light gray (ANSI 70) - 304L stainless steel frame - Parking stands for all bushings - 12 gauge 304 stainless steel padmount enclosure with 28" cable compartment. Meets ANSI C37.72 & C57.12.29 standards - 75"deep enclosure - 28" bushing cable compartment from door to bushing base - 148" wide enclosure - Bushing spacing between Ways 1-2: 18" spacing, 3-4: 18"spacing, 3-4: 21.75" spacing,4-5: 18" spacing, 5-6: 18" spacing. - 30" from north enclosure wall to Phase B of Way 6 - 24" from south enclosure wall of Phase B of Way 1 - Control cabinet must be located inside of switch enclosure - Enclosure painted Padmount Guardian Green, Munsell #7.0GY3.29/1.5 - 24" minimum bushing height - ½ - 13 NC grounding provisions - Padlockable operating mechanism - padlocks not required - 3"diameter circular viewing windows to verify "OPEN"/"CLOSED" indicator position - Green/"OPEN" - Red/"CLOSED" labeling - Copper ground bus bar - All six (6) ways are equipped with quantity two auxiliary Form C contacts wired to the control cabinet:  One (1) Form C hardwired auxiliary contact form each Way to be wired to the GE RSTi PLC input card  One each Form C hardwired to a din-rail terminal - Type 2 relay connections:  RS-485 wired to a B + B Vlinx Rs-485 to Ethernet Converter  External Trip (dry contact) wired to GE RSTi PLC output card  24VDC external power provided from converter in control cabinet - NEMA 4X control cabinet, including:  125VDC to 24VDC converter  One (1) GE Pac Systems PLC Rack consisting of: - One each STXMVE001 - ModBus TCP slave network adapter, 24VDC - One each ST-1218 - Input Module, 8 points, positive logic, 24VDC - One each ST-2748 - Output Module, 8 points, relay form A (N.O.) contact, 24VDC  Six each B + B Electronics Vlinx Model# MESR811, RS-485 to Ethernet Converter - Each converter to be connector to the RS485 point in the Type 2 relay - Ethernet wired to the N-Tron Ethernet switch  One each N-Tron Ethernet switch #110 FX2-ST - 6 each copper Ethernet ports used by the connectors - 1 each copper Ethernet port connect to the GE RSTi PLC rack Modbus module - 1 each copper Ethernet port available for customer use - 2 each fiber ports available for customer use The bid schedule and contract CLIN schedule are below Item Description Qty Unit Unit Price Total Amount 0001 High voltage switch "PRIG6" catalog #: PLS62-376-12-62FR 1 Ea 0002 High voltage switch "SS7CV4" catalog #: PS60-376-12-60FR 1 Ea Ship to address: 45 CES 734 Delta Dr (B710), Patrick AFB, FL 32925 *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendem applies: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ due date: July 25, 2018 RFQ due time: 3:00 P.M. EST Email to anthony.eubanks@us.af.mil. or mail to: 45th Contracting Squadron Attn: FA2521-18-Q-A010 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 THIS MUST BE SENT TO 45 CONS E-BIDS AS STATED ABOVE, OR THE ADDRESS IF MAILING. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note:.zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to anthony.eubanks@us.af.mil by July 20, 2018 1:00 P.M. EST. Please provide the following information with your quote: Company Name:____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated to base upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: List the items: ALL SALIET CHARACTERISTICS MUST BE MET. (2) Price: Award will be made to the lowest priced technically acceptable offeror. Technical and past performance, when combined, are more importance or equal when compared to price. 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 17), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 10) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun 16) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 16) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Feb 16) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (May 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safegarding Defense Information Controls (Oct 16) 252.204-7009 Limitations on the Use or Disclousre of Third-Part Contractor Information (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.211-7003 Item Identification and Valuation (Mar 16) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) *252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7008 Sources of Electronic Parts (oct 16) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. The full text of these clauses and (*)provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-Q-A010/listing.html)
 
Place of Performance
Address: Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04995655-W 20180719/180717231317-448e5ab88098b7885744f1595f885272 (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.