Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2005 FBO #1272
SOLICITATION NOTICE

61 -- Low Voltage Power Circuit Breaker Trip Unit Retrofit of Mobile Utilities Support Equipment (MUSE) Substations

Notice Date
5/19/2005
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Specialty Center Contracts Core, 151 36th Avenue, Suite 2 Building 41, Port Hueneme, CA, 92043-4438
 
ZIP Code
92043-4438
 
Solicitation Number
N68711-05-T-0071
 
Response Due
6/3/2005
 
Description
This procurement is being processed in accordance with FAR Part 12 Acquisition of Commercial Items. A Firm Fixed Price Contract will be awarded using Simplified Acquisition Procedures under FAR Part 13.5?Test Program for Certain Commercial Items. The North American Industrial Classification System (NAICS) is 335311. This contract will provide products and services to retrofit of existing General Electric(GE) RMS 9 and Siemens Static Trip III trip units contained in Mobile Utilities Support Equipment (MUSE) Substations switchgear with new microprocessor based trip units. The MUSE department has a requirement for all products and services required to retrofit GE AKRU-7D-30S circuit breakers, GE AKU-2-25-1 circuit breakers, AK2-50H-3 circuit breakers, and Siemens RLF 800 circuit breakers with new trip units that comply with this SOW. The Contractor shall provide all products and services to perform this retrofit at Naval Base Ventura County (NBVC), Port Hueneme Site, Port Hueneme CA or at the Contractors facility. Period of Performance is one-year base period with four one-year option periods. Award will be made to the responsible offeror whose proposal, conforming to the solicitation, represents the best value to the Government in terms of price, past performance and other non-price related factors. The best value criteria will be based upon descending order of importance as follows: (1) Experience: Shall have performed jobs similar in scope for at least 5 years. (2) Quality of product: Proven reliability, rugged (suitable for mobile equipment), simple construction, ease of maintenance, and length of maintenance intervals. (3) Past performance: Offerors shall provide at least three previous customers who have similar work done for us to contact. Our interview with previous customers will be designed to determine Quality of work, Cost control, Timeliness, and Business Relations. (4) Cost The solicitation will be posted at the following Internet address http://esol.navfac.navy.mil on or about 03 June 2005. In accordance with FAR 5.102 this solicitation will only be available electronically. See Note 1.
 
Place of Performance
Address: Nationwide
 
Record
SN00811336-W 20050521/050519212432 (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.