Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

59 -- Electrical Distrobution- MOUT Facility

Notice Date
12/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0RH1312A001
 
Archive Date
1/12/2012
 
Point of Contact
Shawnadee J Holdren, Phone: 6713664257
 
E-Mail Address
Shawnadee.Holdren@Andersen.AF.MIL
(Shawnadee.Holdren@Andersen.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation, F1C0RH1312A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 423610 and the small business size standard is 100 employees. The following commercial items are requested in this solicitation: CLIN 0001- (Qty 1 EA) 45 KVA mineral-oil filled, pad-mounted step-down transformer: Primary Feed: Dead Front, 13.8 KV, 3-Phase, radial feed. Primary Feed shall be equipped with 200 AMP Bushing wells ONLY. Secondary Output: 120/208V 3-phase Wye; Frequency: 60 Hertz; Terminal unit, feed through capability not necessary. Must be weather shielded and rated for outdoor use only. Temperature rise shall not exceed 65 degrees Celsius. Nominal impedance shall meet the ANSI Standard. Sound Level shall meet the NEMA standard. Equpment shall meet UL listing requirements and shall be UL labeled. For use at altitude less than 1000m (3300 ft) CLIN 0002 - (Qty 12 EA) Loadbreak Elbow Kits for 1/0 Primary Cable: 3M Brand Part Number 5810-B-1/0 OR BRAND NAME EQUAL must match the attached specifications for the 3M 5810-B-1/0 REFER TO ATTACHMENT. All OR BRAND NAME EQUAL quotes must be compatible with the 3M Brand CLIN 0003 - (Qty 3 EA) 1000 Feet Reels (Reels cannot be combined into one 3000 foot reel - each reel must have 1000 feet) 1/0 AWG 15 KV 133% EPR Medium Voltage Cable for Primary Electric Distribution. Construction: Conductor: Copper Alloy 1350 Class B concentric compressed strand. Conductor Shield: Thermosetting extruded semiconducting conductor which is free stripping from the conductor and bonded to the insulation. Insulation: High quality heat-, moisture-, ozone- and corona-resistant ethylene propylene rubber. Insulation Sheild: Semiconducting extruded thermosetting insulation shield having controlled adhesion to the insulation providing the required balance between electrical integrity and ease of stripping. Neutral Conductor: Solid, bare annealed uncoated copper wires helically applied and uniformly spaced. - Conductance equivalent to 1/3rd that of main (power) conductor or 100% of main (power) conductor. Jacket: Black, sunlight resistant, linear low density polyethylene encapsulating the neutral wires. - Outer Jacket has three extruded red stripes for identification purposes SPECIFICATIONS: AWG Size: 1/0 Stranding: 19 Insulation: 0.860 inch Nom. O.D..0.860 inch Jacket: 0.050 inch Overall: 1.20 inch Lbs/M"": 1109 CLIN 0004 - (Qty 1000 FT) 1/0 AWG BARE COPPER GROUNDING CONDUCTOR SPECIFICATIONS: AWG Size: 1/0 Stranding: 19 Insulation: 0.860 inch Nom. O.D..0.860 inch Jacket: 0.050 inch Overall: 1.20 inch Lbs/M"": 1109 CLIN 0005 - (Qty 170 LG) 5 Inch PVC Schedule 40 Conduit with Bell End Specification: Inside Diameter 5 Inches Item Conduit Material of Construction PVC Nominal Length 10 Feet Nominal Outside Diameter 5.5 Inches Special Features Bell End Standards UL 651/NEMA TC 2 Type Schedule 40 CLIN 0006 - (Qty 12 EA) 5 Inch PVC Schedule 40, 90 Degree Elbow Specifications: Conduit Fitting Material: PVC Conduit Fitting Type: Elbow Trade Size: 5 Inches Conduit Fitting Thickness: Schedule 40 CLIN 0007 - (Qty 4 EA) 5/8 Inch Diameter 8 Feet Ground Rod Specifications: Description/Special Features: 10 Mil Copper Coating Diameter: 5/8 Inch Item Ground Rod Length: 8 Feet Material of Construction: Copper Bonded Steel Standards: UL Type: Pointed End Weight: 6.80 CLIN 0008 - (4 EA) Ground Rod Clamp, 5/8 Inch CLIN 0009 - (1 RO) Caution Tape "HIGH VOLTAGE" Electrical Detectable 6 inch X 1000 feet CLIN 0010 - (85 EA) 5 Inch Plastic Conduit Spacer for Duct Work Specification: For conveniently anchoring a utility duct bank to the bottom of a trench within which it is to be buried or encased in concrete. The conduits are carried in modular spacer components adapted to inter fit with one another so as to assemble the desired number of conduits in spaced parallel relationship, side-by-side as an integral duct bank. The modular spacer components have mating attachment bosses along either side by means of which they may be interconnected in side-by-side relationship. CLIN 0011- (5 RO) Electrical Tape Scotch 33 CLIN 0012- (18 EA) 15KV 200A Insulated Parking Bushing Ratings: Per ANSI/IEEE Standard 386 Features: 15kV Voltage, 200 AMP Loadbreak rated Molded EPDM interface Cast aluminum bracket with slotted end, which inserts into parking strand. 5/16 inch - 18 Stainless Steel eyebolt with brass cap nut allows hot stick installation and firmly secures the 161SOP into the mating parking strand. Set screws ground connection with ¼ inch diameter thru hole. All CLIN items must be submitted in quote to be technically acceptable. Partial quotes will not be accepted for consideration. Brand Name or Equal only applies to those CLINS that specify an OR EQUAL will be considered. Offers will be evaluated and awarded to the responsible Offeror whose offer represents the best value to the Government based upon 1. Technical specifications described in each CLIN and 2. Price. Items should be shipped 30 Days ADC, FOB: Destination for delivery to Tracy, CA The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunitty for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; The clause at DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.225-7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to Shawna Holdren at e-mail shawnadee.holdren@andersen.af.mil. Oral Quotes will not be accepted. Responses to this RFQ must be received via e-mail, by Wednesday 28 December 2011, 4:00pm Eastern Standard Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0RH1312A001/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam, Yigo, Guam, 96929, United States
Zip Code: 96929
 
Record
SN02642155-W 20111222/111220233952-2c236582080de8f6932d7100b4ebbe8e (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.