Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2008 FBO #2480
SOLICITATION NOTICE

61 -- Solar Panel Materials, Burns District, Oregon

Notice Date
9/8/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Bureau of Land Management, Oregon Region, BLM-OR OREGON STATE OFFICE* 333 SW FIRST AVENUE-7TH FLOOR PORTLAND OR 97204
 
ZIP Code
97204
 
Solicitation Number
HAQ083050
 
Response Due
9/12/2008
 
Archive Date
9/8/2009
 
Point of Contact
Donna J. Depee Procurement Technician 5038086359 Donna_Depee@blm.gov;<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation Number HAQ083050 is issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. The NAICS Code applied to this solicitation is 335311 with a SIZE STANDARD of 750 Employees. DESCRIPTION OF WORK - This will be a FIRM-FIXED PRICE contract for the SUPPLY of SOLAR PANELS and RELATED MATERIALS for the Bureau of Land Management Burns District Office in Hines, Oregon. This contract requires the SUPPLY and DELIVERY of the ITEMS LISTED BELOW. All items are to be labeled under four different project names: PROJECT A- HORSE CORRALS GRID TIE: (1a) 1 each of SMA SB4000US Sunny Boy Grid Tie Inverter with DC Disconnect; (2a) 1 each of Sunny WebBox with RS485 Card; (3a) 20 each of Sharp-170-Watt Solar Modules with a 25-year warranty; (4a) 2 each of 10 Panel Top of Pole Mount Racks for Sharp, 170-Watt Modules; (5a) 1 each of MNPV-3 Combiner Box-Substitute Fuse Bus Bar instead of Breaker Bar; (6a) 2 each of DC Fuse Holders with 10 Amp Fuses Rated 600 VDC; (7a) 2 each of Controller Interconnects with MC Connectors; (8a) 1 each of 30 Amp 240 Volt AC Nema 3R Disconnect; and (9a) 2 each of Lightning Arrestors 1-AC 240 Volt Rating and 1-DC 350 Volt Rating. PROJECT B- RIDDLE BROTHERS CABIN: (1b) 6 each of 80-Watt Solar Modules with a 25-year warranty; (2b) 1 each of 6 Panel Top of Pole Mount Rack For 80-Watt Modules; (3b) 1 each of MX 60 Charge Controller; (4b) 2 each of 72" MC Array to Controller Interconnect; (5b) 12 each of 12" MC Interconnect- 6 Males and 6 Females; (6b) 1 each of MNPV-3 Combiner Box; (7b) 2 each of 20 Amp Breakers MNPV; (8b) 1 each of MNDC 250 with 150 Amp Breaker; and (9b) 4 each of 20 Amp DC Breakers. PROJECT C- WILD CAT WELL: (1c) 1 each of 8 Panel Top of Pole Rack; (2c) 8 each of 80-Watt Solar Modules with a 25-year Warranty; (3c) 1 each IO 101 Controller-Generator Transfer Switch; (4c) 1 each 72" MC Array to Controller Interconnect; (5c) 16 each of 12" MC Interconnect- 8 Males and 8 Females; (6c) 1 each of MNPV-3 Combiner Box; (7c) 1 each of 10 Amp Breakers DC Rated; and (8c) 1 each of 24" Interconnect Tray Cable (From MNPV-3 to Controller). PROJECT D- GRASSY RIDGE: (1d) 1 each of 6 Panel Top of Pole Mount Rack; (2d) 5 each of 80-Watt Solar Modules with a 25-year Warranty; (3d) 1 each IO 101 Controller-Generator Transfer Switch; (4d) 1 each 72" MC Array to Controller Interconnect; (5d) 10 each of 12" MC Interconnect- 5 Males and 5 Females; (6d) 1 each of MNPV-3 Combiner Box; (7d) 1 each of 10 Amp Breakers DC Rated; and (8d) 1 each of 24" Interconnect Tray Cable (From MNPV-3 to Controller). TOTAL DELIVERY COST is F.O.B. Destination. DELIVERY LOCATION AND ACCEPTANCE: All solar panel supplies shall be delivered by November 17, 2008 between the times of 7:45AM and 4:30 PM Pacific Standard Time. Supplies shall be delivered to the Bureau of Land Management Burns District Office, located at 28910 Hwy 20 West, in Hines, Oregon 97738. Final inspection and acceptance of supplies will be performed by the Government at the time of delivery. In an effort to schedule receipt of the delivery, the contractor shall contact the Materials Handler at 541-573-4464 on the day prior to delivery. FAR CLAUSES AND OTHER PROVISIONS - the following FAR clauses and provisions apply to this contract and may be retrieved from http://www.arnet.gov/far: 52.204-7, Central Contractor Registration System; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 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; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Oferrors must be registered in the Central Contractor's Registration System (CCR) available at http://www.ccr.gov. EVALUATION FOR AWARD - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. For evaluation purposes only, award will be based on the total of all listed sub items. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance information may be based on the Government's knowledge of and previous experience with the quoter, or other reasonable basis. Past performance is approximately equal to price. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your quote. SUBMITTAL OF QUOTES - All quotes shall be sent to the Bureau of Land Management, Oregon State Office, Department- OR952, P.O. Box 2965, Portland, Oregon 97208 by 11:59 PM Pacific Standard Time on or before September 12, 2008. Faxed quotes will be accepted at 503-808-6312. For questions, please contact Donna Depee at 503-808-6359. This solicitation is set aside for small business concerns. See Numbered Note(s): 1.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=70ae549854264bfdbfc84eca19104729&tab=core&_cview=1)
 
Place of Performance
Address: Burns District, Oregon<br />
Zip Code: 97738<br />
 
Record
SN01663192-W 20080910/080908221518-70ae549854264bfdbfc84eca19104729 (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.