Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2013 FBO #4067
MODIFICATION

59 -- Various Electrical Supplies

Notice Date
1/10/2013
 
Notice Type
Modification/Amendment
 
Contracting Office
400 Marshall Rd., Pearl Harbor, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N00604-13-T-3033
 
Response Due
1/14/2013
 
Archive Date
7/13/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
HUBZone
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N00604-13-T-3033 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 FAC 2005-63. 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 a [ Total HUB-Zone ] set-aside 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 2013-01-14 15:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001, BREAKER, CIRCUIT, ENCLOSED, FACTORY ASSEMBLED, 3P, 400AF/200AT, ENCLOSED CIRCUIT BREAKER, NEMA 1, MIN. 18KAIC RATING NOTE: Include all associated cost within unit cost***This is FOB Destination to Pearl Harbor 96860***Method of Payment will be by Government Purchase Card, 1, EA; LI 002, LOADCENTER W/BREAKERS, 42 CIRCUIT PANELBOARD "4B", 480Y/277VOLT, 3PHASE, 4WIRE, SURFACE MOUNT, NEMA 1 ENCLOSURE, WITH 3P, 800A 25KAIC MAIN BREAKER, 800A BUSS RATING. TO INCLUDE THE FOLLOWING BREAKERS: 1. 4/EA. 3P 15A, 25KAIC. 2. 1/EA. 2P 15A, 25KAIC. 3. 2/EA. 3P 350A, 25KAIC. See Reference NAVFAC DRAWING NO. 19030068 (sheet E-602) & 1903006 (sheet E-001)., 1, EA; LI 003, BOX, JUNCTION, NEMA-1, SCREW COVER, 36" SQ. X 18" D, NEMA 1 JUNCTION BOX., 1, EA; LI 004, SWITCH, SAFETY 30 A, 3P, 30A, HEAVY DUTY, 480VAC, NON FUSIBLE, NEMA 4X SS., 2, EA; LI 005, SWITCH, SAFETY 30 A, 3P, 30A, HEAVY DUTY, 480VAC, NON FUSIBLE, NEMA 1., 2, EA; LI 006, TRANSFORMER DISCONNECT, UL LISTED, 480V TO 120V, 100VA, INDUSTRIAL CONTROL TRANSFORMER WITH FUSE BLOCK FOR TWO 1-1/2" X 13/32 INCH REJECTION - STYLE PRIMARY FUSES & ONE 1-1/2"" X 13/32 INCH SECONDARY FUSE LOCKABLE DISCONNECT SWITCH, GROUND TERMINAL, NEMA TYPE 1 ENCLOSURE, PRIMARY FUSES SHALL BE UL LISTED, TIME-DELAY, CURRENT LIMITING, CLASS CC, REJECTION TYPE, 600VAC, 1/2 AMP RATING. SECONDARY FUSE SHALL BE UL LISTED, DUAL-ELEMENT, TIME-DELAY, 250VAC, 1-1/4 AMP RATING. See Reference drawing: NAVFAC DRAWING NO. 19030068 (sheet E-602) and NAVFAC DRAWING NO. 19030066 (sheet E-105) & NAVFAC DRAWING NO. 1903006 (note #12, sheet E-001)., 1, EA; LI 007, COUPLING, 3-1/2" DIA., FOR GALVANIZED RIGID CONDUIT, WESCO STOCK NO. 78-0020-0139 OR APPROVED EQUAL, 4, EA; LI 008, CONNECTOR, 3-1/2" GRC THREADLESS, STEEL COMPRESSION TYPE, CH #CPR9, OR EQUAL, 4, EA; LI 009, CONDUIT, EMT, 3-1/2", 10 FT. LENGTH., 130, FT; LI 010, COUPLING, COMPRESSION, 3-1/2" EMT, 26, EA; LI 011, CONNECTOR, COMPRESSION, 3-1/2" EMT, 12, EA; LI 012, ELBOW, 90 DEGREE, 3-1/2" EMT, 8, EA; LI 013, BUSHING, PLASTIC, 3-1/2", 8, EA; LI 014, UNISTRUT STRAP, 3-1/2" EMT, 20, EA; LI 015, UNISTRUT CHANNELS, 1-7/8" X 1-7/8", GALVANIZED STEEL, 10' LENGTH, 90, FT; LI 016, CONDUIT, EMT, 3", 10' LENGTH, 300, FT; LI 017, COUPLING, COMPRESSION TYPE, 3" EMT, CH #667, OR EQUAL, 75, EA; LI 018, CONNECTOR, 3" EMT COMPRESSION, 20, EA; LI 019, ELBOW, 90 DEG. 3" EMT., 24, EA; LI 020, BUSHING, PLASTIC, 3", 20, EA; LI 021, STRAP, UNISTRUT, 3" EMT, 20, EA; LI 022, 3" EMT LB with COVER & GASKET, 1, EA; LI 023, 3" PIPE (EMT) J HANGER, COOPER B-LINE (B3690) or equal., 16, EA; LI 024, CONDUIT, EMT 2-1/2", 10' LENGTH, 60, FT; LI 025, COUPLING, 2-1/2" EMT, STEEL COMPRESSION TYPE, 12, EA; LI 026, CONNECTOR, 2-1/2" EMT, STEEL COMPRESSION, 4, EA; LI 027, ELBOW, EMT, 2-1/2", 90 DEGREE BEND, 6, EA; LI 028, BUSHING, PLASTIC, 2-1/2" EMT, 4, EA; LI 029, UNISTRUT STRAP, 2-1/2" EMT, 6, EA; LI 030, CONDUIT PIPE, 3/4" RIGID, 150, FT; LI 031, COUPLING, CONDUIT, 3/4" RIGID, 8, EA; LI 032, RIGID CONDUIT, THREADLESS CONNECTOR, 3/4", THOMAS & BETTS HC-402, or EQUAL, 8, EA; LI 033, LOCKNUT, STEEL, 3/4", 50, EA; LI 034, BUSHING, CONDUIT, PLASTIC 3/4", 25, EA; LI 035, CONDUIT LB BODY, 3/4" RIGID, THOMAS & BETTS # LB27 OR EQUAL, 4, EA; LI 036, LB COVER, 3/4", THOMAS & BETTS #270 OR EQUAL, 4, EA; LI 037, LB GASKET, 3/4", THOMAS & BETTS #GASK572 OR EQUAL, 4, EA; LI 038, STRAP, STAINLESS STEEL, ONE HOLE, 3/4", 12, EA; LI 039, UNISTRUT STRAP, 3/4" STAINLESS STEEL, 20, EA; LI 040, MYERS HUB, 3/4" RIGID, 2, EA; LI 041, 3/4" SEALTITE FLEX, 75, FT; LI 042, FLEX CONNECTOR, 3/4" SEALTITE, STRAIGHT, 12, EA; LI 043, CONDUIT, 3/4" EMT, 10' length, 300, FT; LI 044, COMPRESSION COUPLING, 3/4" EMT, THOMAS & BETTS #TK-212 OR EQUAL, 25, EA; LI 045, COMPRESSION TYPE CONNECTOR, 3/4" EMT STEEL, THOMAS & BETTS #TC-212 or equal, 30, EA; LI 046, STRAP, 1 HOLE, 3/4" EMT, 25, EA; LI 047, UNISTRUT STRAP, 3/4" EMT, 30, EA; LI 048, ADJUSTABLE J HANGER, 3/4" EMT PIPE, COOPER B-LINE #B3690 or equal, 25, EA; LI 049, OUTLET BOX, 4-11/16" SQ., PRESSED STEEL, 15/8" DEEP, 3/4" & 1" KO, THOMAS & BETTS #72171-3/4 & 1 OR EQUAL, 4, EA; LI 050, SQ COVER, 4-11/16", PRESSED STEEL, BLANK, THOMAS & BETTS #72-C-1, or equal., 4, EA; LI 051, WEATHERPROOF BOX, 2GANG X 2" DEEP, 8-3/4" HOLES, GAVIN #WP2G756 OR EQUAL, 2, EA; LI 052, WEATHERPROOF BOX BLANK COVER, 2GANG, GAVIN #WPCV2B OR EQUAL, 2, EA; LI 053, WEATHERPROOF BOX, 2GANG, 2-5/8" DEEP, 4-3/4" HOLES, GAVIN #WP258754 OR EQUAL, 1, EA; LI 054, VERTICAL IN-USE COVER, 1GANG, 2-3/4" DEEP, GAVIN #WWIU1U OR EQUAL, 1, EA; LI 055, GFCI RECEPTACLE, NEMA 5-20R, 20A, WHITE, LEVITION, #W7899-W OR EQUAL, 1, EA; LI 056, 500MCM- CRIMP SLEEVE, CRIMP 2-WAY, CONNECTORS, COPPER OR ALUMINUM, 9, EA; LI 057, #4/0 -- CRIMP SLEEVE, CRIMP 2-WAY, CONNECTORS, COPPER OR ALUMINUM, 9, EA; LI 058, #1/0 -- CRIMP SLEEVE, CRIMP 2-WAY, CONNECTORS, COPPER OR ALUMINUM, 3, EA; LI 059, #2 CRIMP SLEEVE, CRIMP 2-WAY, CONNECTORS, COPPER OR ALUMINUM, 3, EA; LI 060, #1/0 -- SPLIT BOLT CONNECTOR, WIRE RANGE FROM #2 to1/0, 1, EA; LI 061, WIRE, COMMODITY 600 volt, 500 MCM THHN/THWN, STRANDED COPPER, BLACK, 750, FT; LI 062, WIRE, COMMODITY 600 volt, #4/0 -- THHN/THWN, STRANDED COPPER, BLACK, 1850, FT; LI 063, WIRE, COMMODITY 600 volt, #1/0 -- THHN/THWN, STRANDED COPPER, BLACK, 200, FT; LI 064, WIRE, COMMODITY 600 volt, #2 -- THHN/THWN, STRANDED COPPER, BLACK, 450, FT; LI 065, WIRE, COMMODITY 600 volt, 400 MCM THHN/THWN STRANDED COPPER, BLACK, 150, FT; LI 066, WIRE, COMMODITY 600 volt, 250 MCM THHN/THWN STRANDED COPPER, BLACK, 250, FT; LI 067, WIRE, COMMODITY 600 volt, #1/0 STRANDED, BARE COPPER, 25, FT; LI 068, WIRE, COMMODITY 600 volt, #12 THHN/THWN STRANDED COPPER, BLACK, 500, FT; LI 069, WIRE, COMMODITY 600 volt, #12 THHN/THWN, STRANDED COPPER, RED, 500, FT; LI 070, WIRE, COMMODITY 600 volt, #12 THHN/THWN STRANDED COPPER, BLUE, 500, FT; LI 071, WIRE, COMMODITY 600 volt, #12 THHN/THWN STRANDED COPPER, WHITE, 500, FT; LI 072, WIRE, COMMODITY 600 volt, #12 THHN/THWN, STRANDED COPPER, GREEN, 500, FT; LI 073, THREADED ROD, 1/2", 150, FT; LI 074, DROP-IN ANCHOR, 1/2" X 1-13/16", WITH SETTING TOOL, 75, EA; LI 075, LOCK WASHER, 1/2", 50, EA; LI 076, FLAT WASHER, 1/2", 50, EA; LI 077, NUTS, HEXAGON, STEEL ZINC PLATED, 1/2", 50, EA; LI 078, THREADED ROD, 1/4", 150, FT; LI 079, THREADED ROD COUPLING, 1/4", 75, EA; LI 080, WEDGE ANCHOR, 1/4" RED HEAD TRUBOLT, 50, EA; LI 081, FLAT WASHER, 1/4" X 20, 50, EA; LI 082, HEX NUTS, 1/4" X 20, 50, EA; LI 083, "UNISTRUT CHANNELS, 1-5/8"" X 1-5/8"" X 10', STAINLESS STEEL" NOTE: Include all associated cost within unit cost***This is FOB Destination to Pearl Harbor 96860***Method of Payment will be by Government Purchase Card, 10, FT; 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, FLC - Pearl Harbor 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. FLC - Pearl Harbor 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. 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. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Central Contractor Registration Personal Identity Verification of Contractor Personnel (Jan 2011) Instructions to Offerors Evaluation Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) Prohibition on Contracting with Inverted Domestic Corporations (May 2011) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Electronic Funds Transfer - CCR Payment by Third Party Privacy or Security Safeguards Service Contract Act of 1965 (NOV 2007) Statement of Equivalent Rates Exemption from Application of SCA to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements Exemption from Application of the SCA to Contracts for Certain Services--Requirements Fast Payment Procedures Evaluation of Options Option to Extend Services Option to Extend the Term of the Contract Availability of Funds Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Contracting Officer's Representative Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) CCR Alternate A Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) (Jan 2012) Item Identification & Valuation Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Preference for Certain Commodities (JUN 2010) Electronic Submission of Payment Requests Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) Requests for Equitable Adjustment (MAR 1998) Transportation of Supplies by Sea (ii)Alt I, (iii) Alt II, (iv) Alt III Hazard Warning Labels Prohibition of Hexavalent Chromium (May 2011) Buy American Act-Balance of Payments Program Certificate Levies on Contract Payments Notice of Continuation of Essential Contractor Services (OCT 2010) Wide Area Workflow (WAWF) Authorized Changes by the KO (FEB 2008) Providing Accelerated Payment to Small Business Subcontractors (Deviation) Questions regarding this request for quote must be submitted by January 08, 2013 0800 HST. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. Transportation of Supplies by Sea (iv) Alt III Prospective Contractor Responsibility In accordance with Federal Acquisition Regulation (FAR) Part 9.1, the Contracting Officer shall award contracts only to responsible offerors. No purchase or award shall be made unless the contracting officer makes an affirmative determination of responsibility. To be determined responsible, a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. The contracting officer shall require acceptable evidence of the prospective contractor's current sound financial status, as well as the ability to obtain required resources if the need arises. In regard to resources, the contractor must be prepared to present acceptable evidence of subcontracts, commitments or explicit arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, services, materials, other resources, or personnel. Consideration of a prime contractor's compliance with limitations on subcontracting shall be taken into account for the time period covered by the contract base period or quantities, plus option periods or quantities, if such options are considered when evaluating offers for award. Pursuant to FAR 9.104-4, the Contracting Officer reserves the right to request adequate evidence of responsibility on the part of any prospective subcontractor(s). In the absence of information clearly indicating that the prospective contractor is responsible, the contracting officer shall make a determination of non-responsibility. As a minimum requirement, all offerors must submit, as part of the original proposal, the following: (1) Company's Financial Statement which includes Balance Sheet and Income Statement; and (2) Point of Contact from their Bank or any financial institution with which they transact business. (End of provision) Notice of Total HUBZone Set-Aside Brand Name or Equal Pursuant to the Availability of Funds clause of the contract, funding provided for contract performance is subject to the Fiscal Year 2013 Continuing Resolution Act (CRA), enactment of CRA extensions (if any), and to the Fiscal Year 2013 Appropriations Act when it is passed by Congress.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-13-T-3033/listing.html)
 
Place of Performance
Address: Pearl Harbor, HI 96860
Zip Code: 96860
 
Record
SN02962979-W 20130112/130110234306-c36dca1b28af0e320d02025fc0856559 (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.