Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2012 FBO #3931
SOLICITATION NOTICE

59 -- Frequency Converter

Notice Date
8/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
12557B
 
Archive Date
9/19/2012
 
Point of Contact
Yolanda Collins, Phone: 8508829247
 
E-Mail Address
yolanda.collins@eglin.af.mil
(yolanda.collins@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AFTC/PZIOB, Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price contract for a Frequency Converter with specifics as listed below. This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) from the Purchase Request number F1T0CY2201AG01. This requirement is 100% Small Business Set-aside. This is a 100% Total Small Business Set-Aside. The North American Industry Classification System (NAICS) for this acquisition is 335312, small business size standard: 500 people. Please identify your business size in your response based upon this standard. Evaluation will be based on the following factors: Lowest Price Technically Acceptable, technical (capability of item offered to meet the government's needs) and price. All questions regarding this solicitation need to be submitted NLT 30 Aug 2012 by the COB. CLIN 0001: HARDWARE. FREQUENCY CONVERTER. CONFIGURATION INCLUDES: OUTPUT POWER RATING: 400HZ - 90KVA (72KW AT 0.8 POWER FACTOR, LAGGING) OUTPUT POWER RATING: DC: (-)16.8KW INPUT VOLTAGE: 480V/3PH/60HZ INPUT CONNECTION: 3 POLE THERMAL MAG BREAKER OUTPUT VOLTAGE 400HZ: 200/115V/3PH/400HZ (WYE CONFIGURATION) OUTPUT VOLTAGE DC: 28VDC (TWO WIRE CONFIGURATION) 400HZ OUTPUT CURRENT RATING: 260A RMS/LINE CONTINUOUS, 286A RMS/LINE (110 PERCENT / 1 HOUR), 325A RMS/LINE (125 PERCENT / 5 MINUTES), 390A RMS/LINE (150 PERCENT / 2 MINUTES), 520A RMS/LINE (200PERCENT / 20 SECONDS). DC OUTPUT CURRENT RATING: 600A CONTINUOUS, 2500A SURGE OUTPUT CONNECTION 400HZ: 3 POLE CONTACTOR W/ AIRCRAFT INTERLOCK AND ZONE CONTROL OUTPUT CONNECTION DC: 2 POLE TERMINAL BLOCK UNIT ENCLOSURE DIMENSIONS: 36-INCH(914 MM)H X 78-INCH(1981 MM)W X 36-INCH (914 MM)D UNIT OVERALL DIMENSIONS: 56-INCH(1422MM)H X 106-INCH (2692MM)W X 44-INCH (1118MM)D UNIT ENCLOSURE ENVIRONMENTAL RATING: NEMA 3R EQUIVALENT UNIT WEIGHT: 2500LBS (1134KG), APPROXIMATE INCLUDED STANDARD FEATURES: 1.) 4 LINE LCD DISPLAY - ALLOWS VIEWING OF THREE PHASE INPUT AND OUTPUT: VOLTAGE, CURRENT, AND FREQUENCY. 2.) MAIN DOOR CONTROLS (STANDARD AND OPTIONAL): 400HZ: START, STOP / RESET, OUTPUT 1 ON, OUTPUT 1 OFF, OUTPUT 2 ON, OUTPUT 2 OFF 28VDC: START, STOP/RESET EMERGENCY STOP (BOTH SYSTEMS) 3.) MAIN DOOR STATUS INDICATORS (STANDARD AND OPTIONAL): 400HZ: POWER ON, CONVERTER ON, MODULE FAULT, INPUT VOLTAGE PFC072-H-40-FM-6P-PWM/VDC028-600A FAULT, OUTPUT VOLTAGE FAULT, OVERLOAD, 28V E/F PRESENT, 28VDC E/F BYPASS MODE, AND ALARM SILENCED. 28VDC: SUPPLY ON, UNDER VOLTAGE FAULT, OVER VOLTAGE FAULT, OVERLOAD. SHIPPING INCLUDED, FIRM FIXED PRICE. P/N: PCF072-H-PWM/VDC028-CM4. CLIN 0002: HARDWARE. CABLE 4 CONDUCTOR 3 AWG. INPUT CABLE, TOTAL 100FEET CLIN 0003: HARDWARE. 30FOOT 4-1/0 12/2 NM BANDED 400HZ OUTPUT CABLE. P/N: PPA398 CLIN 0004: HARDWARE. 30FOOT 4/0 NM BANDED DC CABLE ASSEMBLY 28VDC OUTPUT CABLE. P/N: PPA417 INCLUDES STANDARD FACTORY TESTING, OPERATIONS AND MAINTENANCE MANUALS ON CD CLIN 0005: START UP AND TRAINING. ONE (1) DAY ON SITE (HANGAR 3057 / EGLIN, FL.) FIELD TESTING AND TRAINING SERVICES BY FACTORY TECHNICIAN SKILLED IN THE OPERATION AND THEORY OF THE FREQUENCY CONVERTER. TIME WILL BE DEVOTED TO INSPECTING THE INSTALLATION AND FIELD TESTING THE UNIT, AND TRAINING OWNER'S PERSONNEL IN THE OPERATION, MAINTENANCE AND SERVICING OF THE CONVERTER. VENDOR WILL SUPPLY FIELD TESTING PLANS, TESTING INSTRUMENTATION, TEST REPORTS, TRAINING MANUAL, COURSE OUTLINE AND NECESSARY MATERIALS FOR TRAINING. ON-SITE LOAD BANK TESTING IS NOT INCLUDED IN THE START-UP SERVICES BUT MAY BE QUOTED UPON REQUEST. NOTE: INSTALLATION MUST BE COMPLETE PRIOR TO EXECUTION OF START UP. ADDITIONAL DAYS ON SITE WILL RESULT IN ADDITIONAL CHARGES. NOTE: VENDOR TO CONTACT EGLIN AFB CONTRACTING OFFICE FOR BASE ACCESS INFORMATION AT LEAST FIVE DAYS PRIOR TO TRAVEL. The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The following clauses/provisions are applicable: Brand Name or Equal (if you are providing an equal item, please ensure item contains salient characteristics of requested items. Offerors are responsible for submitting all additional information on the equivalent product necessary for the Contracting Officer to determine whether the product offered meets the "brand name or equal" product's salient characteristics.); 52.212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items: Evaluation will be based on the following factors: Lowest Price Technically Acceptable: technical (capability of item offered to meet the government's needs) and price; 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers or certification that these have been completed online via Online Representations and Certifications Application [ORCA] at https://orca.bpn.gov); 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, incorporating the following: • 52.203-6, Restrictions on Subcontractor Sales to the Government w/Alt 1; • 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • 52.219-6, Notice of Total Small Business Set-Aside; • 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; • 52.222-22, Previous Contracts and Compliance Reports; • 52.222-26, Equal Opportunity; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; • 52.225-3, Buy American Act, Alt I • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.223-11 Ozone-Depleting Substances; 52.247-34 FOB Destination; 52.252-1 Provisions Incorporated by Reference & 52.252-2 Clauses Incorporated by Reference (this contract will incorporate one or more provisions/clauses by reference, with the same force and effect as if they were given in full text. The full text of a provision/clause may be accessed electronically at this website: http://farsite.hill.af.mil); DFARS 252.204-7003, Control of Government Personnel Work Product; 252.211-7003 Item Identification and Validation; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating the following: • 252.225-7001, Buy American Act and Balance of Payments Program; • 252.232-7003, Electronic Submission of Payment Report; • 252.247-7023 Transportation of supplies by Sea, with Alt III; Incorporated by full text: • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority Responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Please provide a response to clause DFARS 252.209-7999 with your quotation. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors; AFFARS 5352.201-9101; Ombudsman; Local Clause H-850, Wide Area Work Flow. Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Evaluations will be made on a lowest price technically acceptable basis. All responses must be received no later than 3:00 P.M., Central Standard Time on 4 September 2012. Send all packages via email to Yolanda Collins, e-mail: yolanda.collins@eglin.af.mil by date/time stated above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/12557B/listing.html)
 
Place of Performance
Address: 308 West D Avenue, Bldg 260 Suite 130, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02857239-W 20120829/120828000747-641ea292657fc6d711162709e85f9f24 (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.