Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
SOLICITATION NOTICE

61 -- 400Hz Explosion Proof Power Supply

Notice Date
7/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
F5A2MX2172A002
 
Archive Date
8/21/2012
 
Point of Contact
CARRI HARDER, Phone: 8177826194, Ronald G. Pyles, Phone: 8177827598
 
E-Mail Address
CARRI.HARDER@US.AF.MIL, ronald.pyles.1@us.af.mil
(CARRI.HARDER@US.AF.MIL, ronald.pyles.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 301st Operational Contracting at NAS JRB Fort Worth, Texas, intends to award a Purchase Order under Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for a commercial commodity prepared in accordance with the format outlined in FAR Subparts 12.6 and 13.5, as supplemented with the additional information included in this notice. The purchase Request number is F5A2MX0189A001 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the FAR Fac 2005-43,Effective 02 Aug 2010 and DFAR DCN 20100713 (Amended) Edition. The North American Industry Classification System (NAICS) code is 335313 with a size standard of 750 employees. REQUIREMENT. The selected contractor shall furnish all plant, labor, parts, tools, equipment, materials, and transportation necessary to successfully provide the following commodities or their EQUAL: (2)ea 400Hz Contactor Box (Power Service Point) Cast Aluminum Explosion-Proof Enclosure Primary: 200/115V Secondary: 200/115V E&F Interlock, Protective devices On/Off pushbuttons (2)ea Powered Cable Reel with Wall-mounted Disconnect Includes: 18" Floor Stand, motorized retraction, manual Cable unspooling, input receptacle on side of drum Explosion-proof Controller and Motor (2)ea Aircraft Cable, 180A, 100 ft, Single Jacketed, Standard Head w/ Replaceable nose, No push buttons, with Scuff Cover (2)ea Interconnecting Cable, 100A, 10 ft From Contactor Box to Cable reel with Molded Connector And Explosion-proof Plug Scope of Work: 1. Removal of existing 400Hz disconnect and cable reel. 2. Installation of (2) each 400Hz cable reels and Power service points. 3. Installation of (2) each 480 Volt feeds from existing disconnect to new cable reel disconnect. 4. Equipment Start up & load testing All installation and load testing shall be in accordance with: UFGS Section 26 35 43 Rev Apr 2006 3.2.2 Performance of Acceptance Checks and Tests Perform field tests and conduct inspections. Provide labor, equipment tests instruments, and incidentals required for the tests including load banks, except the Government will furnish electricity. For all electrical load tests, use 1.0 power factor. FOB Destination AVAILABILITY OF FUNDS: This project is currently funded. DELIVERY POINT: 301 Fighter Wing, NAS JRB Fort Worth, Texas 76127-1054 NOTE: The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specifications, or related documents. SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation or reference number; (2) the time specified in the synopsis/solicitation for receipt of offers; (3) the name, address and telephone number of the offeror; (4) the price and discount terms (quote FOB Destination); (5) remit to address, if different than the mailing address; (6) estimated delivery date; and, (8) acknowledgment of solicitation amendments, if any, or acceptance of offers. Prior to award, registration in Central Contractors Registry (CCR) @ http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/ must be current. QUOTE WILL BE SUBMITTED TO 301 CONF/LGC, 1710 BURKE AVE., NAS JRB FORT WORTH, TX 76127-1054. OFFERS BY FAX WILL BE ACCEPTED AT 817-782-5371 or e-mail: CARRI.HARDER@US.Af.MIL If any questions or if additional information is needed, please contact Carri Harder, Contract Specialist, 301 CONF/LGC @ 817-782-6194 or e-mail carri.harder@us.af.mil CLAUSE & PROVISIONS. The text of the following referenced provisions and clauses can be viewed at the following website: http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provision and clauses are incorporated by reference: FAR 52.212-2, Evaluation, Commercial Items (Jan 1999). Award will be made to the offeror whose proposal represents the best value to the Government; FAR 52.212-3 -- Offeror Representations and Certifications (Jul 2009) -- Commercial Items. FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statues or Executive Orders; Commercial Items (Sep 2009)); As Prescribed in the FAR the following clauses within FAR 52.212-5, are applicable: (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755); (17) 52.222-19, Child Labor. Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999); (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); (26) (i) 52.225-3, Buy American Act. Free Trade Agreements. Israeli Trade Act (Nov 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); (33) 52.232-33, Payment by Electronic Funds Transfer. Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.222-50 Combating Trafficking of Persons (Aug 2007); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As Prescribed in DFAR 252.212-7001, the following clauses are applicable: (17) 252.232-7003, Electronic Submission of Payment Requests (MAR 2007) (10 U.S.C. 2227); (20)(i) 252.247-7023; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan2009); 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009);
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A2MX2172A002/listing.html)
 
Place of Performance
Address: 301st MXS/MXM, Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN02814749-W 20120727/120725235729-aa5d9fb126c428ccacf6ce21e68395b3 (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.