Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St., Suite 600, Norfolk, VA 23511-3392

59 -- ELECTRICAL EQUIPMENT; PADMOUNT DISTRIBUTION TRANSFORMERS, AND ACCESSORIES SOL N00189-00-T-H428 DUE 062000 POC David C. Zareczny, Contracting Officer, Code 202A2A, (757) 443-1431 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the request for quote for the required items. Proposals are hereby requested under RFQ N00189-00-T-H428, a subsequent solicitation document will not be issued. Acquisition Department at FISC Norfolk intends to purchase the following items: (1) 1 Each, Padmount Distribution Transformer, 3 Phase, 100 KVA, Primary Voltage 12470 Delta, Secondary Voltage 120/208 (Additional Data will be supplied at the end of the items listed), (2) 1 Each, Padmount Distribution Transformer, 3 Phase, 500 KVA, Primary Voltage 12470 Delta, Secondary Voltage 480, (3) 1 Each, Padmount Distribution Transformer, 3 Phase, 112.5 KVA, Primary Voltage 12470 Delta, Secondary Voltage 120/208, (4) 20 Each, Cut Out/Arrestor Combo, 15KV, 110 BIL, 100A, Part Number C71EM112PB, (5) 25 Each, Arrestor, Elbow15KV, Part Number 167ESA-15, (6) 1 Each, Padmount Distribution Transformer, 3 Phase, 150 KVA, Primary Voltage 12470 Delta, Secondary Voltage 120/240. Items 0001, 0002, 0003, and 0006 suggested source is Cooper Power Systems or equal, items 0004 and 0005 suggested source is A.B. Chance, or equal. Additional Data on items 0001, 0002, 0003, and 0006, All Padmount Transformers to have the following: 1) All copper windings primary and secondary, 2) Transformers must meet ANSI Standards, 3) Loop Feed, 4) With Four (4) Lifting Lugs, 5) 60 HZ, 6) Dead Front, 7) Taps: 2 @ 2.5% Above & 2 @ 2.5% Below, 8) Temperature Rise: 65 Deg. C, 9) Divider Partition (High/Low Barrier) to Separate Primary and Secondary Compartments, (10) Transformer must be provided with Two (2) Doors; One for the primary compartment, and one for the secondary compartment, (11) Two " Pinta-Head Bolts must be removed from the flange formed on the steel high/low barrier before the high voltage door can be opened, (12) Padlock Handle Entry on Secondary Door, (13) Secondary Termination: 4-Hole Spades, (14) All primary and secondary bushings must be enclosed, (15) Fusing: Bay-O-Net Oil Immersed Explusion fuse, (16) Switching: 300A two-position (ON/OFF) Gang-Operated Oil-Immersed Loadbreak Switch, (17) Inserts and Bushing Wells Standard, (18) Must come with Grounding lugs for primary and secondary, (19) Pressure Relief Valve and Fill Plug, (20) HV Warning Sign, (21) Drain Valve, (22) Must provide MSDS for contents of transformer, (23) Must provide PCB Test Data and No More than one parts per million (1PPM) PCB and labeled to indicate Non-PCB, (24) Must come with stainless steel data plate with all transformer information on plate. Delivery to be 14 Weeks/ADC, FOB Point: Destination to Norfolk, VA 23511, Marked and packaged for overseas shipment .Offers other than FOB Destination shall be ineligible for the award. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2000), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (FEB 2000), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 1999), FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders, (FEB 2000), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (MAY 1999), FAR 52.215-5 Facsimile Proposals (OCT 1997). The RFQ document, (N00189-00-T-H428), provisions and clauses which have been incorporated are those in effect through FAC 97-17. The following Defense FAR Supplement (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference, with the exception of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy American Act -Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2000), The followingclause under paragraph (b) of this clause apply: DFAR 252.225-7001 Buy American Act and Balance of Payments Program (MAR 1998), DFAR 252.204-7004, (MAR 2000), Required Central Contractor Registration, (a) Definitions. As used in this clause -- (1) "Central Contractor Registration (CCR) database" means the primary DOD repository for contractor information required for the conduct of business with DOD. (2) "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (Duns+4) number" means the Duns number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4 digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the Duns +4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States.(5) The offeror shall provide its DUNS or, if applicable, its DUNS +4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (6) Lack of registration in the CCR database will make an offeror ineligible for award. (7) DOD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at www.ccr2000.com, At a minimum, responsible sources should provide this office: a price proposal on letterhead or a SF1449 for the requested items with their unit prices, extended prices, prompt payment terms, remittance address, and a completed copy of FAR 52.212-3. Award will be made to the eligible, responsible offeror whose offer conforms to the solicitation, and is most advantageous in price to the government. Responses to this solicitation are due by June 20, 2000. Offers can be mailed to; Acquisition Department, Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn: David C.Zareczny, Code 202A2A, Norfolk, VA.23511-3392, or Faxed to 757-443-1333/1389. Please provide Duns #, and Cage Code #, for CCR verification. Reference RFQ N00189-00-T-H428. Posted 06/02/00 (W-SN461026). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0210 20000606\59-0002.SOL)


59 - Electrical and Electronic Equipment Components Index Page