Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
SOLICITATION NOTICE

59 -- Switch Gear Circuit Breakers

Notice Date
1/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
DODAAC42730006000
 
Archive Date
3/14/2015
 
Point of Contact
Robert E Wilson, Phone: 7035453351
 
E-Mail Address
robert.e.wilson130.civ@mail.mil
(robert.e.wilson130.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis and 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. The solicitation number for this procurement is DODAAC42730006000 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 05-79 and Defense Acquisition Circular (DAC) 91-13. The North American Industry Classification System (NAICS): 335313. This acquisition will be unrestricted. Contract Line Item 0001- 1 EACH: Furnish Eaton MDN-616, 3 Pole, 1600Amp, Draw-out Circuit Breaker with the following features: a. Current Sensors / Rating Plug, 1600 b. Trip Unit 1150 ARMS LSIG, 120-Vac Power Supply c. Spring Release, 110-127-Vac/dc d. Motor 5 Sec, 125 VAC/DC e. Shunt Trip #1, 110-127-Vac/dc f. Indicator with Bell Alarm - 2 Form C contacts g. Auxiliary Switch 4A-4B Contract Line Item 0002- 1 EACH: Furnish Eaton MDN-608, 3 Pole, 800Amp, Draw-out Circuit Breaker with the following features: a. Current Sensors / Rating Plug, 800 b. Trip Unit 1150 ARMS LSIG, 120-Vac Power Supply c. Spring Release, 110-127-Vac/dc d. Motor 5 Sec, 125 VAC/DC e. Shunt Trip #1, 110-127-Vac/dc f. Indicator with Bell Alarm - 2 Form C contacts g. Auxiliary Switch 4A-4B 1. LOCATION: The contractor will furnish and deliver to Raven Rock Mountain Complex, 450 Harbaugh Valley Road, Fairfield PA 17320. 2. WORKMANSHIP: All work shall be performed in accordance with the required State, Local and Federal Government Laws, Regulations and Building Codes. The contractor is responsible for all field measurements for proper material installation. 3. DISPOSAL: Disposal all debris off Government property. 4. MATERIALS AND EQUIPMENT: All materials and or equipment shall be new and meet or exceed the current DOD, and industry standards. All materials shall be applied and or installed per manufactures specification. 5. WARRANTY: All parts and equipment will carry a manufacturer's warranty against defects. All labor will be warranted for one year against workmanship and repairs. 6. SCHEDULE: Delivery time: 120 days 7. HOURS OF PERFORMANCE: N/A. 8. INSPECTIONS: The contracting officer's representative (COR) will inspect and accept all items at Destination (Government Facility). 10. POINTS OF CONTACT: Contract Specialist - Robert Wilson robert.e.wilson130.civ@mail.mil Contracting Officer's Representative - Ben Hobbs benjamin.r.hobbs.civ@mail.mil If quoting "or equal" items please include all physical, functional and performance capabilities. Shipping will be FOB Destination to: Raven Rock Mountain Complex, 450 Harbaugh Valley Road, Fairfield PA 17320. Offeror's shall include Tax Identification Number, CAGE Code, DUNS Number, and applicable FSC Codes stated on their quotes. Quotation should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows: Quotes will be evaluated on price and technical acceptance. Offerors MUST BE System for Award Management (SAM) registered. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED VIA E-MAIL (see below) OR AT THE WASHINGTON HEADQUARTERS SERVIES ACQUISITION DIVISION OFFICE (WHS/AD) LOCATED AT 1225 SOUTH CLARK STREET, SUITE 1200, ARLINGTON, VA 22202 NO LATER THAN 12:00 P.M. E.S.T. ON 16 FEBRUARY 2015. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED. E-mail: robert.e.wilson130.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/DODAAC42730006000/listing.html)
 
Place of Performance
Address: Raven Rock Mountain Complex, 450 Harbaugh Valley Road, Fairfield PA 17320, Fairfield, Pennsylvania, 17320, United States
Zip Code: 17320
 
Record
SN03628893-W 20150131/150129235552-ebdc0e249a2994a2ab7f12d06be63cd0 (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.