Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
MODIFICATION

59 -- TRANSFORMERS, 100KVA AND 75KVA

Notice Date
4/29/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060411T3073
 
Response Due
5/3/2011
 
Archive Date
5/18/2011
 
Point of Contact
FELICIA HEARD 808-473-7543
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulations (FAR) Subpart 12 - Acquisition of Commercial Items and FAR Subpart 13 “ Simplified Acquisition Procedures, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The solicitation number is N00604-11-T-3073. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-50 and DFARS Change Notice 20110427. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 335999 and the Small Business Standard is 500. The Fleet and Industrial Supply Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing: CLIN 0001 100KVA Transformers, 2 EA and CLIN 0002 75KVA Transformers, 1 EA in accordance with the specifications listed in the CLINs below. Required Delivery Date is 15 July 2011. The Delivery location is NAVFAC Hawaii, Bldg 166-PHNSY, Pearl Harbor HI. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The proposed contract is 100% set aside for small business concerns. CLIN 0001, 1 EACH -100 KVA Liquid Filled Padmounted Transformer, Green-R-Pad, Style#E4KB5Z6P2T, Ser# 08J164141, 4160/7200Y to 120/240 VAC single-phase, 1.46% impedance, additive polarity, Class ONAN, 5 position tap changer “ 2 above and 2 below @ 2-1/2%, HV BIL 60 KV, LV BIL 30 KV, HV-CU, LV-CU, Approx dimensions: 42 W x 44 D x 44 H, 2060 pounds, requested heights of primary bushings are 24 , 18 , 12 , requested heights of secondary bushings are: 27-1/2 & 21-1/2 , BC connected. Transformer shall be of stainless steel construction and match above nameplate specifications. Primary shall be a three-phase loop feed configuration with two (2) each two-position 200 amp loadbreak switches. Primary connections shall utilize loadbreak inserts and bushing wells. Primary winding to utilize œwet-well fuse protection. Secondary connections to utilize 6-hole tongues. Transformer windings shall be single-phase primary and secondary and copper-winding construction. Oil level, pressure/vacuum, and temperature gauges shall be provided. A pressure relief valve shall be provided. CLIN 0001, 1 EACH -100 KVA Liquid Filled Padmounted Transformer, Green-R-Pad, Style#E4KB5Z6P2T, Ser# 08J164141, 4160/7200Y to 120/240 VAC single-phase, 1.46% impedance, additive polarity, Class ONAN, 5 position tap changer “ 2 above and 2 below @ 2-1/2%, HV BIL 60 KV, LV BIL 30 KV, HV-CU, LV-CU, Approx dimensions: 42 W x 44 D x 44 H, 2060 pounds, requested heights of primary bushings are 24 , 18 , 12 , requested heights of secondary bushings are: 27-1/2 & 21-1/2 , AB connected. Transformer shall be of stainless steel construction and match above nameplate specifications. Primary shall be a three-phase loop feed configuration with two (2) each two-position 200 amp loadbreak switches. Primary connections shall utilize loadbreak inserts and bushing wells. Primary winding to utilize œwet-well fuse protection. Secondary connections to utilize 6-hole tongues. Transformer windings shall be single-phase primary and secondary and copper-winding construction. Oil level, pressure/vacuum, and temperature gauges shall be provided. A pressure relief valve shall be provided. CLIN 0002, 1 EACH -75 KVA at 65 deg C rise, Style#E25B4Z76RB, Ser# 09J366114, 2400/4160Y to 120/240 VAC single-phase, 1.45% Impedance at 85 deg. C, Additive polarity, Class ONAN, 5 position tap changer -2 above & 2 below @ 2-1/2%, HV BIL 60 KV, LV BIL 30 Kv, HV-CU, LV-CU, Approx. dimensions: 44 W x 44 D x 42 H, 1795 pounds, requested heights of primary bushings are 24 , 18 , 12 , requested heights of secondary bushings are: 27-1/2 & 21-1/2 , BC connected. Transformer shall be of stainless steel construction and match above nameplate specifications. Primary shall be a three-phase loop feed configuration with two (2) each two-position 200 amp loadbreak switches. Primary connections shall utilize loadbreak inserts and bushing wells. Primary winding to utilize œdry-well fuse protection. Secondary connections to utilize 6-hole tongues. Transformer windings shall be single-phase primary and secondary and copper-winding construction. Oil level, pressure/vacuum, and temperature gauges shall be provided. A pressure relief valve shall be provided. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items 52.212-3 and its ALT I, 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 52.225-13, Restriction on Foreign Purchase 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor 52.232-36, Payment by Third Party Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.225-7001, Buy American Act and Balance of Payments Program This announcement will close at 10 AM (Hawaii Standard Time) on Tuesday, 03 May 2011. Please submit all quotes, questions and concerns to Ms. Felicia Heard who can be reached at 808-473-7543 or email felicia.heard@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. The final contract award will be based be made to the vendor, whose quote, conforming to the RFQ, represents best value, price and technical capability considered. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes will be accepted via email only to the email address indicated above. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060411T3073/listing.html)
 
Record
SN02437341-W 20110501/110429235147-43c845ad1652bf636dea7cd97013ace8 (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.