Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2010 FBO #3141
SOLICITATION NOTICE

61 -- INVERTERS

Notice Date
6/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Bureau of Reclamation - PN - Grand Coulee Power Office PO Box 620 Grand Coulee WA 99133
 
ZIP Code
99133
 
Solicitation Number
R10PS17351
 
Response Due
7/29/2010
 
Archive Date
6/29/2011
 
Point of Contact
Pamala Marrs - Fax 509-633-9175 Purchasing Agent 5096339512 pmarrs@usbr.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATIONInvertersGrand Coulee, Washington Solicitation R10PS17351[Issued as Request for Quotation (RFQ)] U S Bureau of ReclamationGrand Coulee Power OfficeP O Box 620 - Code 7810Grand Coulee WA 99133 For questions please contact Pamala K Marrs, Purchasing Agent, 509-633-9512 or send a fax to 509-633-9175. 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. This announcement constitutes the only solicitation; bids are being requested on the product, along with enough information for our evaluators to determine if the product meets all of the specifications if quoting other than specified, and a written solicitation will not be issued. The solicitation number is R10PS17351 and is issued as a Request for Quotation (RFQ). This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41. This acquisition is a Small Business Set Aside. The applicable North American Industry Classification System (NAICS) Code is 335999, and the size standard is 500 employees. Quotes are due on July 29, 2010, 4:00 PM, PST at the address above. The offeror must electronically complete annual representations and certifications via the ORCA website at http://orca.bpn.gov prior to award. The Government anticipates an award of a firm-fixed price purchase order resulting from this RFQ on or about August 2, 2010. To take advantage of business opportunities with Bureau of Reclamation (BOR) and Department of the Interior (DOI) you must register your firm with Central Contractor Registration (CCR) at www.ccr.gov. These products will be purchased in accordance with FAR Part 13, Subpart 13.5-"Test Program for Certain Commercial Items." Simplified Acquisitions Procedures apply. One or more of the items under this acquisition is subject to Free Trade Agreements. CLIN 0001: The Bureau of Reclamation has a requirement for Inverters, 125VDC input, 2 KVA, for RTU cabinet, per the following specifications: 23 amp205 LbsDCV Input/range 120/ 105 to 145Output VA 2.0 KVAPower Factor 0.75 lagging to unityLine Regulation: +/- 1 percent at 1/2 loadLoad Regulation +/-2 percent at full loadFrequency Stability +/- 0.05 percent crystal controlledHarmonic Distortion 5 percent THDEfficiency 79 to 88 percentProtective Devices DC input: Circuit breaker AC output: Overload protection by circuit breaker AC input: Overload protected by circuit breakerEnvironmental Cooling: Convection Operating temp: -10 to 40 degrees C at full load Storage Temp: -20 to 75 degrees C Operating Humidity: 0 to 90 percent at 25 degrees C with no condensation Manufacturer: Philtek Part Number PIVi 2.0K-120-N-EMD-MBS-RS232, or equal.- 16 each CLIN 0002 - Inverter, Rack Mount, 240 VDC input, 2 KVA, for RTU cabinet, per the following specifications:12 amp, 205 LbsDCV Input / range: 240 / 210 to 290Output VA: 2.0 KVAPower Factor: 0.75 lagging to unityLine Regulation: +/- 1 percent at 1/2 loadLoad Regulation: +/-2 percent at full loadFrequency Stability: +/- 0.05 percent crystal controlledHarmonic Distortion: 5 percent THDEfficiency: 79 to 88 percentProtective Devices: DC input: Circuit breaker AC output: Overload protection by circuit breaker AC input: Overload protected by circuit breakerEnvironmental Cooling: Convection Operating temp: -10 to 40 degrees C at full load Storage Temp: -20 to 75 degrees C Operating Humidity: 0 to 90 percent at 25 degrees C with no condensation. Static Bypass Switch Transfer time: 120 percent for 10 minutes Overload Capacity: 1000 percent for 8 mS Manufacturer: Philtek Part Number PIVi 2.0K-240-N-EMD-MBS-RS232, or equal. - 24 each The product will be delivered to Warehouse B - Door 6 - Industrial Area, Grand Coulee, Washington 99133. One copy of the bid can be faxed to 509-633-9175, Attn: Pamala Marrs, or e-mailed to pmarrs@usbr.gov. Include delivery time with bid. If quoting other than specified, include enough information for our evaluators to determine if the product meets the specifications. Following are the applicable provisions and contract clauses incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009)(must be registered at http://orca.bpn.gov); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2010), paragraph b is tailored to incorporate the following clauses: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (Jun 2003); 52.222-19, Child Labor-Cooperation with Authorities an Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35, Equal Opportunity for Special Disabled Veterans,Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sept 2006); 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (Jun 2009); 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR clauses are available in full text at http://www.arnet.gov/far. The following are additional clauses that are applicable to this synopsis in full text: FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same concern. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). FAR 211-6 Brand Name, or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive date or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) 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. The following factors shall be used to evaluate offers: Technical features, delivery, and price. The Government may also use past performance information obtained from other than the sources identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) database located at http//www.ppirs.gov is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.214-22 Evaluation of Bids for Multiple Awards (Mar 1990) In addition to other factors, bids will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating bids, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. 52.249-01 Termination For Convenience Of The Government (Fixed-Price) (Short Form) (Apr 1984) The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4fdbad75a807dfbad3013a1291272e69)
 
Record
SN02190835-W 20100701/100629234445-4fdbad75a807dfbad3013a1291272e69 (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.