Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2006 FBO #1728
SOLICITATION NOTICE

59 -- ENERGY SYSTEM UPGRADE

Notice Date
8/18/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
20 Schilling Circle Building 1305 Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
F2B3BN6209A100
 
Response Due
8/31/2006
 
Archive Date
9/30/2006
 
Description
1. Funds are not presently available for this contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. 2. Solicitation number: F2B3BN6209A100. 3. This synopsis/solicitation is issued as a Request for Quotation (RFQ). 4. Provisions and clauses in effect through Federal Acquisition Circular 2005-12 effective 04 Aug 2006. 5. A notice regarding any set-aside: N/A 6. NAICS Code: 238210. 7. Small Business Size Standard: $13 Mil. 8. Statement regarding the Small Business Competitiveness Demonstration Program, if applicable: N/A 9. Contract Line Item Number(s) (CLINs) and items, quantities and units of measure, (including option(s), if applicable): CLIN: 0001 Quantity: 01 Unit of Measure: EACH 10. Description of requirements for the items to be acquired: Base Central Test Facility (BCTF) -48V DC power system. This description includes the removal and replacement of the current system, without a loss in service during the transition from old to new systems. The footprint of the new system must reuse the floor space that the current inverter and rectifiers currently utilize. The 24 lead acid batteries that are currently installed must be removed and disposed of as part of this action. The current rectifiers, inverter, and power distribution equipment is to be removed and disposed of. Additional facility requirements to be provided as part of this service are; Installation of a common ground buss to separate the -48VDC return from the telecommunications system ground. Ground the conduit that the ground cable traverses so that it is electrically the same potential as the grounding system. Installation of an audible alarm on the first floor of 1646A in the case of a major failure. Installation of a containment system in case of battery leakage caused by a rupture. Must have an SNMP port for remote monitoring. Any other requirements that need to be fulfilled to meet OSHA and NFPA requirements. System requirements. - DC Output Voltage: -48VDC - Output Voltage Range: -46.0 to -58VDC - AC Input Voltage 208/240 Single Phase - 200 Amp Redundant System for a total of 400 Amps, expandable to 500 Amps - Batteries must be sealed Absolyte type providing 8 hours minimum runtime under full load @ 200 Amps per distribution buss. Must have capability to expand to support 250Amps per buss. - Protected AC Output to two separate distribution panels 100A @ 120VAC Populated with 20 Amp breakers - DC Voltage distribution to 2 separate power busses. @ 200 Amp each, expandable to 250 Amp - Modular design with plug and play components. 11. Date(s) delivery: Please include lead times in quote 12. Place(s) of Delivery and Acceptance: Hanscom AFB, MA 13. FOB Point: DESTINATION 14. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. There are no addenda to the provision. 15. The provision at FAR 52.212-2, Evaluation -- Commercial Items, is not being used in this acquisition. The evaluation procedures to be used follow: In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of price. Offeror will be evaluated in accordance with FAR 13.106-2. 16. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 17. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. There are no addenda to the clause. 18. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The FAR clauses cited below in the clause are applicable to the acquisition: _X__ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). _X__ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). _X__ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). _X__ (9) 52.219-14, Limitations on Subcontracting (Dec 1996)(15 U.S.C. 637(a)(14)). _X__ (14) 52.222-3, Convict Labor (June 2003)(E.O. 11755). _X__ (15) 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). _X__ (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (17) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). _X__ (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). _X__ (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). _X__ (26) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X__ (31) 52.232-33, Payment by Electronic Funds Transfer?Central Contract or Registration (Oct. 2003)(31 U.S.C. 3332). 19. The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.229-3; 52.237-1 (FULL TEXT); 52.242-13; 52.252-1 (FULL TEXT) DFARS 252.204-7004 Alt A; 252.208-7000; 252.209-7001; 252.209-7004; 252.247-7022 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (JUL 2006) As prescribed in 212.301(f)(iii), use the following clause: __X__ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (4) __X__ 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). (5) __X__ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2004) (10 U.S.C. 2533a). (17) __X__ 252.232-7003, Electronic Submission of Payment Requests (MAY 2006) (10 U.S.C. 2227). (19) __X__ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (20)(i) __X__ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. DFARS 252.225-7002 QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (APR 2003) AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) LOCAL Clause 66-01 WAWF INVOICING INFORMATION 20. Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable. 21. Applicable Numbered Notes: NONE. 22. The date, time and place offers are due: 31 Aug 2006, by 4:30 P.M., E-mailed to sara.denis@hanscom.af.mil, or faxed to (781) 377-0339 ATTN: Sara Denis. 23. The name and telephone number of the individual to contact for information regarding the solicitation: Sara Denis, (781)377-2030. 24. Attachments: NONE. 25. Additional Information: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
ENERGY SYSTEM UPGRADE on HERBB
(http://www.herbb.hanscom.af.mil/esc_opps.asp?rfp=R1368)
 
Record
SN01119413-W 20060820/060818221013 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.