Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
MODIFICATION

61 -- N4008512RCN0006 NAVFAC PWD NPT PF700 AC CONFIGURED VARIABLE FREQUENCY DRIVE

Notice Date
12/5/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
, Cutler, ME 04626
 
ZIP Code
04626
 
Solicitation Number
N0018912TG013
 
Response Due
12/6/2011
 
Archive Date
6/3/2012
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is N0018912TG013 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is unrestricted and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-12-06 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Newport, RI 02841 The USN NAVSUP FLC Norfolk requires the following items, Brand Name or Equal, to the following: LI 001, PF 700 AC CONFIGUIRED VARIABLE FREQUENCY DRIVE MFG: Allen BradleyPRODUCT NR: 21BD096ACANNANC0NNNN-HD-B1-C1-E9-J1-J2-J4-L1-P4-S1-S9-S10-S13-S16-S18 SPECIFICATIONS:PF700 AC Configured drive, 480 VA, 3PH, 6 Pulse (D), 96 Amps Normal Duty, 77 AMPS Heavy Duty (096), 60HP Heavy Duty, NEMA 1/1P20, Manual Bypass using 800F line (B1), Drive/Bypass Mode Circuit Breaker (P4), Line Reactor, Mtd & Wired, 3% Input (L1), Drive Only Control Power (C1), 800F Hand/Off/Auto S.S. (Start/Stop/Speed Ref) (S1) 800F Run P.L. (S9) 800F Drive Fault P.L. (S10) 800F Control Power On P.L. (S13) 800F Drive Disable Mushroom P.B. (S16) 800F Speed Pot- 1Turn (S18) Nameplate (E9) Control Power On Aux. Contact (j1) Drive Fault Aux. Contact (J2) Drive Run Aux. Contact (J4) Base Drive Information:Input Voltage: 480 VAC, 3 PH, 6 Pulse (D)Drive Duty Cycle: Heavy Duty Cycle (HD)Current Rating: 96 Amps Normal Duty, 77 Amps Heavy Duty (096)Frame Size: 5Enclosure: IP20 / NEMA Type 1 (A), 1, EA; LI 002, PROTECTION PLUS PFLEX 700VC DRIVE START UPCONFIGURE AND COMMISSION DRIVE TO INCLUDE:Two years Parts & Labor Warranty from date of start up.Physical Inspection and verification of proper drive and motor installation practices prior to the application of power.Verification of external control wiringConfirmationof drive cabling to Motor, Line Feed, Insolation Transformer (if applicable)Incoming line and drive output grounding checksVoltage Application, Checkout Calibration, and Testing of the drive as appropriate for the applicationAdjustment of operation parameters, within drive and motor design limitations, to values as appropriate for the applicationOperation of drive through speed range to verify proper performanceLoading of network parameters in the driveDocumentation of drive and motor nameplate information, application information, drive settings, and operating parameters., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, USN NAVSUP FLC Norfolk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. USN NAVSUP FLC Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-52 and DFARS Change Notice 20110331. 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 unrestricted. FAR 52.247-34, F.o.b. Destination applies 52.211-6 Brand Name or Equal New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. Central Contractor Registration (CCR). Sellers 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/ The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.204-10 Reporting Subcontract Awards. 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 w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 52.204-7 & 252.204-7004 Alt A: CCR / Alternate A 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions?Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Requirements Relating to Compensation of Former DoD Officials (JAN 2009) Levies on Contract Payments (DEC 2006) Invoices and Payment (WAWF) Instructions (April 2008) Prohibition of Hexavalent Chromium
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018912TG013/listing.html)
 
Place of Performance
Address: Newport, RI 02841
Zip Code: 02841
 
Record
SN02633661-W 20111207/111205234510-56d85406f5b086a13bb7d96da38b8ed2 (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.