Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 15, 2000 PSA #2748
SOLICITATIONS

66 -- RELAY TEST SETS

Notice Date
December 13, 2000
Contracting Office
Federal Emergency Management Agency, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135
ZIP Code
20135
Solicitation Number
EMV-2001-RQ-0008
Point of Contact
Maria L. Martin, Contract Specialist, 540-542-2300
E-Mail Address
EMV-2001-RQ-0008 (maria.martin@fema.gov)
Description
This is a combined synopsis/solicitation for the purchase of AVO International items to include two Protective Relay Test Set, Multi Amp Model SR98-1/60 and one Dynamic Frequency Test Set, Multi Amp Model FTS-1000 in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is EMV-2001-RQ-0008. The solicitation is issued as a Request for Quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-20. The NAICS Code applicable to this RFQ is 335314. The Federal Emergency Management Agency (FEMA) proposes to procure the relay test sets to properly assess conditions of relays to keep operational. Item 0001: Quantity of two (2) each, Protective Relay Test Set, Multi Amp Model SR98-1/60 multipurpose, lightweight, high current/high power output field portable test set or equal. MANDATORY SPECIFICATIONS: Large Variable contrast LDC display screen; display screen prompts operator; display screen provides five different languages; output current and voltage sine waves are generated digitally; memory hold metering; AC/DC voltage output can be operated independently of AC current output; timer has independent start and stop gates, current accuracy mode; interface port, phase shift capability (0 to 359.9 degree); selectable output frequencies; circuit breaker simulator; non-volatile RAM; RS-232 and parallel printer ports; universal input voltage; input power- 90 to 253 volts AC; Output-three independent controlled adjustable outputs; AC main output current rated for 920 VA with four different output terminals; AC AUX Voltage output is independently controlled; Start/Stop monitor gates; start latch; stop latch; protection from short circuits and prolonged overloads; weight 52.5lb. ITEM 0002: Quantity of one (1) Dynamic Frequency Relay Test Set, Multi-AMP FTS-1000 portable, lightweight, output 10-500 Hz, microprocessor-based relay test equipment or equal. MANDATORY SPECIFICATIONS: Self contained test set with variable frequency, voltage, timing, control and monitoring functions; voltage and frequency settings are independently incremented by a rotary knob or pushbutton controls; Large high intensity LED display; accuracy of voltage output is plus/minus 0.3% of setting; typical accuracy of the frequency output is plus/minus 0.005% of setting; universal operation from a single phase source of 85 to 265 volts, 50/60 Hz; output potential source has continuous duty cycle rating of 60 volt-amperes; numerous protective circuits are incorporated, including thermal protection of the power amplifier; an insolated contact monitoring and sensing system circuit is incorporated; compatible with 6 languages; recessed front panel. DELIVERY REQUIREMENTS: Contractor to deliver items to the following addresses: Federal Emergency Management Agency, Federal Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135. Contractor to provide best delivery schedule. DESCRIPTIVE LITERATURE: Contractor to provide descriptive literature of proposed make and model to be furnished in accordance with FAR Clause 52.212-1 "Instructions to Offerors -- Commercial Items" section b (f). Failure of an offeror to submit descriptive literature for a proposed "or equal" product will result in that product being rejected from further consideration. Further, descriptive literature, which fails to show that the proposed product(s) complies with the requirements stated above, will result in the rejection of that product(s). EVALUATION INFORMATION: The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contractor must meet all the requirements detailed within this solicitation. Price is of equal importance when compared to technical. Proposal Preparation Instructions: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors shall provide a firm fixed-price for Items 0001 and 0002. Any shipping charges shall be added as a separate line item on the quote. Successful contractor must meet all the responsibility requirements of Subpart 9.1 of the Federal Acquisition Regulation (FAR). If the contractor does not accept Government credit card purchase, a written notice of award or acceptance of proposal, mailed or otherwise furnished to the successful offeror, shall result in a binding contract without further action by either party. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their response. The following clauses also apply: 52.212.1 Instructions to Offerors -- Commercial Items, 52.212-2 Evaluation -- Commercial Items (The following factors shall be used to evaluate offers (1) Price (2) Technical and (3) Past Performance); 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; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.225-3, Buy American Act -- Supplies (41 U.S.C.10). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far/ or http://www.gsa.gov/far. The due date for submission of quotes is December 28, 2000 at 4:30 p.m., local time, to FEMA, Mt. Weather Emergency Assistance Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135; Attn: Maria L. Martin -- Bldg. 413. All requests for information are to be addressed to Maria L. Martin, Contract Specialist (540) 542-2300. Technical and/or administrative questions must be received no later than three (3) business days after publication of this notice and may be faxed to (540) 542-2631 or 2632 or sent via electronic mail to maria.martin@fema.gov. Offerors are responsible to comply with this notice and any amendments thereto. Amendments to the RFQ will be published in the same manner as the initial synopsis/solicitation.
Record
Loren Data Corp. 20001215/66SOL003.HTM (W-348 SN5087Q5)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |
Created on December 14, 2000 by Loren Data Corp. -- info@ld.com