SOLICITATION NOTICE
30 -- Replace or Refurbish AC Drive Modules for Hicklin Dynamometer ABB Transmission Test Machine
- Notice Date
- 8/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- M67001 MARINE CORPS BASE CAMP LEJEUNE - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700111Q0226
- Response Due
- 8/17/2011
- Archive Date
- 9/20/2011
- Point of Contact
- Jean Wagnac 910-451-7852 Mary Williams 910-451-9615
- E-Mail Address
-
jean.wagnac@usmc.mil
(jean.wagnac@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only publication. Solicitation number M67001-11-Q-0226 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50 May 16, 2011. This procurement is unrestricted, preference for small business. The North American Industrial Classification System (NAICS) code for this requirement is 423830 and the small business size standard is 100. This requirement is being procured utilizing FAR Part 13 procedures. This solicitation is for the repair of (1) Replace or Refurbish AC Drive Modules for Hicklin Dynamometer/ ABB Transmission Test Machine. Hicklin/ ABB Inventory brand name or equal technicians are being sought. The manufacturer s name and part/model number provided in this RFQ are intended to describe equipment capable of satisfying the Government s requirement. The manufacturer name and part number are provided only to assist potential quoters in understanding the Government s requirement. The Government is not soliciting or suggesting a particular name brand and will consider quotes for products of the same design and quality as the product listed. Evaluation and Basis of Award: Award will be made to the Lowest Price Technically Acceptable quote. Award will be made to the responsible vendor who provides a technically acceptable quote meeting all of the customer s requirements. Technical acceptability will be based on the vendor s ability to meet the technical requirements for repairs, including delivery requirement. A mere statement that the vendor will meet the Government requirements is not sufficient. The vendor must explain how it will meet the requirement. The Government intends to evaluate quotes and award a contract without conversations with vendors. Vendors should not expect requests for clarification or additional information from the Government. Therefore, the vendor s initial quote should contain the vendor s best terms for a price and technical standpoint. The Government may reject any or all quotes if such action is in the public interest and may waive informalities and minor irregularities in quotes received. Price Quote Submission: 1. The Government will conduct the price evaluation required by FAR 13. a. The vendor s submitted price quote must reflect unit prices and extended/overall amounts. b. All submitted pricing must be actual face-value pricing, having already accounted for any discounts offered and extended to the Government. All quotes submitted shall be the Contractor s best pricing. Delivery: The Government requires repairs and delivery within four weeks after receipt of order. The equipment is located on Camp Lejeune, NC 28542 The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition and are listed below: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions y reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also the full text of a solicitation provision may be accessed electronically at this/these address (es): http://www.acquisition.gov/far and http://www.acq.osd.mil/dpap/dars/index.htm Clauses incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation Commercial Items FAR 52.212-3 Offeror Representations and Certifications--Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required Implementing Statutes of Executive Orders--Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR.52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52-222-36 Affirmative Action for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52-223-6 Drug-Free Workplace FAR 52-223-18 Ban on Texting While Driving FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52-243-1 Changes Fixed-Price DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.204-7004 Alt A Central Contractor Registration (FAR 52.204-7) Alternate A DFARS 252.211-7003 Item Identification and Valuation DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 Buy American Act DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252-243-7001 Pricing of Contract Modification The provisions and clauses can be found at FAR websites: http://www.acquisition.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. Quoters are required to provide their Contractor s DUNS Number, Tax ID Number, and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR), and registered, or willing to register, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. All responsible sources may submit a response which, if timely received, must be considered by the agency. Quoter is responsible for ensuring that their submitted quote has been received and is legible. Quoters bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The quoter bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Numbered Note 1 applies. Instructions for the Submission of Quotes: 1. Quotes should be clearly and concisely written as well as neat and logically assembled. The vendor shall prepare and submit an original quote. The vendor s name and company identification information shall appear only on the cover of the technical quote. Failure to follow this instruction may result in rejection of the entire quote. The closing date and time for this solicitation is 17 Aug 2011 at 2:00 PM EST. Questions must be submitted no later than 3:00 PM on 12 Aug 2011 to allow time to post responses. Submit quote and other inquiries to jean.wagnac@usmc.mil or fax to (910)451-7850. 2. Offers must state the following information on quote: Unit Price, Extended Price, Shipping cost and information (if applicable), total price, delivery date and delivery terms. Vendor shall provide the following information: Delivery time: ____________________ FOB: _______Destination; ___________Origin Cage Code: _______________ Duns number: _____________ Invoice terms: _____________ CLIN #0001: Refurbish Drive Modules for Hicklin Dynamometer/ ABB Transmission Test Machine, Replace the Drive Assembly for the Hiklin Dynamometer. Replace 2 Matched complete power modules including rectifier, DC bus components and inverter to replace the existing modules. Both modules must be replaced because the IGBTs must be matched to insure proper load sharing between the two modules. Removal of existing modules and/or installation of replacement modules, including start-up and programming of the replacement modules. Power Unit MFR: ABB, Converter Unit Ser: 1002702821, Frequency Converter Ser: 10028011330 (Frequency Drive Modules). Example: No power to the unit, all circuits are blown, Main power supply out. Qty: ___________ Price: _____________ Ext Price: __________ Quote Total: __________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700111Q0226/listing.html)
- Place of Performance
- Address: 2nd Mainenance Battalion, Camp Lejeune, NC
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN02519297-W 20110804/110802235906-1dc558baf1c95d4cccbbc88ba528408d (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 |