Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2002 FBO #0382
SOLICITATION NOTICE

J -- Repair/Rewind 7500 KVA Transformer

Notice Date
12/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
F11623-03-Q-0002
 
Archive Date
1/21/2003
 
Point of Contact
Joe Pasqualucci, Contract Specialist, Phone 618-256-3001, Fax 618-256-2652, - Cindy Showers, Contract Specialist, Phone 618-256-9250, Fax 618-256-5237,
 
E-Mail Address
joe.pasqualucci@scott.af.mil, cindy.showers@scott.af.mil
 
Description
This is a combined synopsis/solicitation for commercial services 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 used. A complete Statement of Work (SOW) will be posted at this website and will be included in the final purchase order. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2002-10. This solicitation is offered for Full and Open Competition. Reference number F11623-03-Q-0002 is issued as a request for quotation (RFQ). The applicable NAICS code for this requirement is 335311. The applicable size standard is 750 employees. The Contract Line Item is as follows: CLIN 0001, Statement of Need: The contractor shall provide all tools, materials, equipment, transportation and labor necessary to repair/rewind a Virginia Transformer Corporation substation style transformer, 3 phase, 60 Hz, Class OA/OA/FA/FA 55/65 degree C rise, HV: 34500, 200 KV BIL, LV: 12470GrdY/7200, 110 KV BIL, KVA 7500/8400/9375/10500, HV & LV Winding material is currently aluminum, to include a no load tap changer and all components for proper operation in accordance with current National Electric Code and ANSI Standards. The contractor will also perform the following tasks: (a) provide a crane to load the transformer onto vehicle on both pick up and delivery and return transformer to original position. (b) External inspection shall be completed in order to insure shipping and/ or handling damage has not occurred. (c) The owner has removed existing oil, contractor will supply new oil and perform operational function test of transformer. (d) Perform preliminary diagnostic tests including TTR and Insulation Resistance (winding and core). (e) Perform a visual inspection of components before removal of core & coil to verify problem is not just component related. (f) Inspect all components and accessories and test for proper operation and function. Malfunctioning components will be reported to the customer. (g) If tap changer or other components are found defective, customer will be advised as to replacement cost. Remove tap changer assembly from tank so core & coil can be removed. Visual inspect of the core & coil after removal. (h) Core and coil assembly will be removed and inspected. (i) Write an inspection report on the findings for the repair or failure, if known. (j) New windings shall be designed based on optimizing transformer system performances under transient stresses such as fault forces, impulse transfer voltage and switching surges. (k) New copper primary and secondary windings shall be provided. (l) Oven dry-out of the core and coil assembly. (m) Tank shall be sanded, cleaned, pressure tested and the outside painted light gray. (n) Provide and install new gaskets and bushings. (o) Provide and install new HV and LV leads, lead structure tubes, and HV lead ends. (p) Remove all copper 1 carbon, and contamination from the core steel layers- Provide new insulation between the core and core frame, (q) Rewind of all high and low voltage coils with new paper wrapped copper conductor Re-insulate with thermally up-rated epoxy diamond covered insulation. (r) Bear all transportation costs to and from the factory by the contractor. Estimated delivery date is 12 weeks after receipt of order. Contractors are encouraged to provide their best delivery schedule and to include their standard commercial warranty in their offer. FOB Destination. Performance period is estimated as 06Jan03 to 31Mar03. The following Federal Acquisition Regulations apply. Text of these Federal Acquisition Regulations can be found at www.arnet.gov/far. 52.203-3 Gratuities, 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-1 Instructions to Offerors--Commercial Items, 52.212-2 Evaluation - Commercial Items, 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Jul 2002)-a completed copy must be submitted with the offer, Alternate I, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation), 52.222-41 Service Contract Act Of 1965, As Amended, 52.222-42 Statement Of Equivalent Rates For Federal Hires, 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, 52.233-3 Protest After Award, 52.242-13 Bankruptcy, 52.246-4 Inspection Of Services--Fixed Price, 52.252-1 Solicitation Provisions Incorporated By Reference, 52.252-2 Clauses Incorporated By Reference, 252.204-7004 Required Central Contractor Registration, 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.243-7001 Pricing Of Contract Modifications, 252.243-7002 Requests for Equitable Adjustment, 252.246-7000 Material Inspection And Receiving Report, 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification Of Transportation Of Supplies By Sea. A firm fixed price award will be made to the responsible offeror providing the lowest priced, technically acceptable offer to the government. Overall price is the evaluation factorTechnical acceptance will be based on offer, contractors must be experienced and able to perform (Past performance may be reviewed). The evaluation shall be based on price. The end user will review the quote for accuracy and compliance. Offeror must include their cage code and discount terms with their offer. To be eligible to receive an award resulting form this solicitation, contractor must be registered in the DOD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov. Offers may be transmitted by e-mail (preferred) or FAX (618) 256-2652 and are to be received at the 375 Contracting Squadron not later than 1630 CST on 06 January 2003. Contact Joe Pasqualucci, Contract Specialist, at (618) 256-3001, Email is joe.pasqualucci@scott.af.mil or Ms. Cindy Showers, Contracting Officer, at (618) 256-9250, Email is cindy.showers@scott.af.mil.
 
Place of Performance
Address: Patriot's Landing Military Family Housing, Scott AFB IL
Zip Code: 62225-5015
Country: USA
 
Record
SN00225335-W 20021219/021217213637 (fbodaily.com)
 
Source
FedBizOpps.gov 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.