Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
MODIFICATION

61 -- Transformer - Responses to Questions

Notice Date
3/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-Q-B035
 
Archive Date
4/12/2012
 
Point of Contact
John M. Van Patten, Phone: 3214947092
 
E-Mail Address
john.vanpatten@patrick.af.mil
(john.vanpatten@patrick.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Answers to vendor questions. 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-12-Q-B035 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This is a set-aside for 100% total small business. The North American Industry Classification System (NAICS) code for this project is 335311 with a size standard of 750. Item Description Qty Unit Unit Price Total Amount 0001 Transformer* 1 EA $ $ * 3 PHASE PAD-MOUNTED TRANSFORMER, 6000/6720-7500/8400 KVA;THE FOLLOWING SPECS MUST BE MET: 304L STAINLESS STEEL CABINET AND TANK; TEMPERATURE RIGE 55/65 DEGREE AVERAGE WINDING RISE; COOLING CLASS ONAN/ONAF; FREQUENCY 60 HZ; INSULATING FLUID-MINERAL OIL; ELEVATION-DESIGNED FOR OPERATION AT 1000M (3300 FT) ABOVE SEA LEVEL; SOUND LEVEL-NEMA TR1 STANDARD; PRIMARY VOLTAGE-7970 DELTA; BIL-95KV; KV CLASS-15KV; PRIMARY CONFIGURATION-DEAD FRONT; PRIMARY CONFRIGURATION-RADIAL FEED; TAPS-2-2.5% TAPS ABOVE AND 2-2.5% TAPS BELOW NOMINAL; PRIMARY BUSHINGS-900 AMP DEADBREAK ONE-PIECE BUSHING(S) (QTY.3); SECONDARY VOLTAGE-4160Y/2400; BIL-60KV; SECONDARY KV CLASS-5/15KV; SECONDARY BUSHINGS-1200 AMP PORCELAIN 6-HOLE SPADE BUSHING(S) (QTY.3); NEUTRAL BUSHING- 1200 AMP PORCELAIN 6-HOLE SPADE BUSHING(S); CABINET-24 IN. DEEP CABINET; CABINET HARDWARE-PENTA-HEAD CABINET DOOR BOLTS; BARRIERS-FRONT BARRIER FOR SECONDARY COMPARTMENT; COATINGS-MUNSELL GREEN (MUNSELL 7GY 3.29/1.5) TOPCOAT; GAUGES & FITTINGS TO INCLUDE BUT NOT LIMITED TO THE FOLLOWING-LIUID LEVEL GAUGE-THERMOMETER, DIAL-TYPE WITH ALARM CONTACTS, PRESSURE/VACUUM GAUGE, DRAIN VALVE WITH SAMPLER IN LV COMPARTMENT (1"), PRESSURE RELIEF DEVICE, FORCED AIR COOLING SYSTEM WITH 120V FANS; CONTROL BOX-NEMA 4;TANK ACCESSORIES- IEEE STANDARD PRIMARY BUSHINGS H1, H2, H3 MUST BE 27 INCHES HIGH AND X0, X1, X2, X3 MUST BE 46 INCHES HIGH; TANK MUST BE 92 INCHES WITH THE PAD OPENING 93 INCHES. MUST MEET ALL EXISTING DEMINSIONS AND SPEC'S. ALL PRICING MUST INCLUDE SHIPPING COSTS TO PATRICK AFB, FLORIDA. Estimated Delivery Time: 10 weeks ADC. Warranty: Standard commercial warranty. FOB: Destination Ship to address: Patrick AFB, FL 32925 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendum applies: RFQ due date: 28 Mar 2012 RFQ due time: 3:00pm EST Fax RFQ to 321-494-5136 or mail to: 45th Contracting Squadron Attn: FA2521-12-Q-B035 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Email quotes can be sent to: john.vanpatten@patrick.af.mil, SSgt John Van Patten, Contract Specialist; brad.richardson@patrick.af.mil, Mr. Brad Richardson, Contracting Officer. DUNS Number_____________ Cage Code_____________ Tax ID Number_____________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above. All questions regarding this solicitation must be fax to 321-494-5136 by 1:00 pm, 22 Mar 2012. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and ability to fulfill the requirement. Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. The item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.219-6 Notice of Total Small Business Set-Aside (June 03) 52.219-28 Post Award Small Business Program Representation (Apr 09) 52.222-3 Convict Labor (June 03) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 03) 52.233-3 Protest after Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 252.212-7001 are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 09) 252.225-7001 Buy American Act-Supplies (Feb 09) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 08) 252.247-7023 Transportation of Supplies by Sea (May 02) Alternate III (May 02) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B035/listing.html)
 
Place of Performance
Address: Patrick Air Force Base, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN02706917-W 20120329/120327235624-38158e17ffd3d8cb00b8398846dd2afc (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.