SOLICITATION NOTICE
66 -- TDR 900 DOBLE MOTION ANALYZER - Solicitation Package
- Notice Date
- 8/25/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-11WG94395
- Point of Contact
- Byron D. McCollum, , Susan M. Ethridge, Phone: 6026052504
- E-Mail Address
-
mccollum@wapa.gov, ethridge@wapa.gov
(mccollum@wapa.gov, ethridge@wapa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Brand Name Justification TDR900 Brochure This is a combined synopsis/solicitation for Brand Name only (justification is attached) 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 solicitation; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation number DE-RQ65-11WG94395 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. A fixed price contract will be awarded using Simplified Acquisition Procedures. This is a competitive 100% Small Business set aside. The acquisition is subject to the North American Industry Classification System (NAICS) code of 334515 with a business size standard of 500 employees or less. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region, Maintenance Division, requires the following DOBLE equipment (see attached "TDR900_brochure"): ITEM 0001: QTY:1/EACH: TDR900 Basic System includes Trip/Close and Communication Cables, T-Doble Software & Cable Bag. ITEM 0002: QTY:1/EACH: T9920 OCB Cable ITEM 0003: QTY:1/EACH: T9930 EHV Cable Set ITEM 0004: QTY:1/EACH: T9940 Event/Analog Cable Set ITEM 0005: QTY:1/EACH: Clip-On Current Probes ITEM 0006: QTY:1/EACH: Plug Safety Flag ITEM 0007: QTY:3/EACH: TR3190 Digital Rotary & Linear Transducer ITEM 0008: QTY:3/EACH: TR3185 Universal Mechanical Transducer Mounting ITEM 0009: QTY:1/EACH: TR3171 AHMA 4/8 Transducer / Adapter ITEM 0010: QTY:1/EACH: TR3189 ABB HMB 4/8 Linear Transducer New equipment only; No re-manufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No substitute/alternate products will be accepted in place of the brand name items. Deliver (FOB Destination) to U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region, Warehouse, 615 S. 43rd Ave., Phoenix, AZ 85009. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Only quotes containing all items listed in the solicitation will be considered for award. No partial quotes will be accepted. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due no later than September 2, 2011 by 5:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), ATTN: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Mr. Byron McCollum, Contracting Officer (Fax: (602) 605-2483 or e-mail: McCollum@wapa.gov ). NO PHONE CALLS WILL BE ACCEPTED. The following Federal Acquisition Regulation (FAR) clauses/provisions are applicable to this procurement: 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by 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://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items; FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 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-Cooperation with Authorities and Remedies; 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 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.247-34, F.O.B. Destination. The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-H-1043 Foreign Visitors and Contract Employees (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Contractor must certify in writing that: 1) each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) the Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72, Attachment (available upon request, if necessary) for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8e997a714a7c7b9e7f76d6a61150e835)
- Place of Performance
- Address: See requirement description/announcement., United States
- Record
- SN02548969-W 20110827/110825235305-8e997a714a7c7b9e7f76d6a61150e835 (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 |