Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2016 FBO #5283
MODIFICATION

59 -- Electrical Supplies

Notice Date
5/9/2016
 
Notice Type
Modification/Amendment
 
Contracting Office
2120 Cotonou Place, Washington, DC 20521
 
ZIP Code
20521
 
Solicitation Number
PR4858953_01
 
Response Due
4/25/2016
 
Archive Date
10/22/2016
 
Point of Contact
Name: Carmen Dossou-Yovo, Title: Procurement Assistant, Phone: 202, Fax:
 
E-Mail Address
dossouyovoc@state.gov;
 
Small Business Set-Aside
N/A
 
Description
CANCELLATION 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 PR4858953_01 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 2005-87. 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 unrestricted 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 2016-04-25 13:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be North Brunswick, NJ 08902 The U.S. Embassy Cotonou, Benin requires the following items, Brand Name or Equal, to the following: LI 001: Fuses Mfr: Bussamann Part #FRS-R-30, 12, EA; LI 002: LED bulbs Mfr: Culter- Hammer Part #E22LED612WN, 24, EA; LI 003: Light with Lens (white) Mfr:Culter- Hammer Part # 10250T34W, 6, EA; LI 004: Light with Lens (Red) Mfr:Culter- Hammer Part # 10250T34R, 6, EA; LI 005: Light with Lens (Green) Mfr: Culter- Hammer Part # 10250T34G, 6, EA; LI 006: Light with Lens (Blue) Mfr: Culter- Hammer Part # 10250T34B, 6, EA; LI 007: Light with Lens (Clear) Mfr:Culter- Hammer Part # 10250T34C, 6, EA; LI 008: Light with Lens (Amber) Mfr: Culter- Hammer Part # 10250T34A, 6, EA; LI 009: Fuse,6A 600V Fast Acting Mfr: LITTELFUSE Part # KLK-6, 18, EA; LI 010: Fuse,10A 600V,AC/500DC Fast Acting Mfr:LITTELFUSE Part #KLK-10, 18, EA; LI 011: Fuse,1/2A, 600V AC, TIME DILAY, REJECTION TYPE Mfr: LITTELFUSE Part # KLD-R-1/2, 18, EA; LI 012: Fuse 1A 600V, AC/500DC Fast Acting Mfr: LITTELFUSE Part # KLK-1, 18, EA; LI 013: Light Pilot Green Proteted LED 24-120VAC/DC Mounting and light Mfr: SQUARE D Part # ZB4BVBG3, 6, EA; LI 014: Light Pilot Red Proteted LED 24-120VAC/DC Mounting and light Mfr: SQUARE D Part # ZB4BVBG4, 6, EA; LI 015: Light Pilot Green Lens for Protected LENS ONLY Mfr: SQUARE D Part # ZB4BV033, 6, EA; LI 016: Light Pilot Red Lens for Protected LENS ONLY Mfr: SQUARE D Part # ZB4BV043, 6, EA; LI 017: Fuse (Gen Jacket Heater)-2A,250V FLM Series Mfr: LITTELFUSE Part # FLM-2, 18, EA; LI 018: Fuse(Gen Battery Charger)-Fuse,200-10 00AC Amps/400-1000DC Amps 1/4*1/4" Fast Acting Ceramic Tube Fuses Mfr: Bussamann Part # ABC-25-R, 18, EA; LI 019: Fuse(Gen Battery Charger)-Fuse 200-1000AC Amps/1000DC Amps/1000DC 1/4*1/4" Fast Acting Ceramic Tube Fuses Mfr: Bussamann Part # ABC-5-R, 18, EA; LI 020: Fuse (UPS) -10A,250VAC,3AG Fast Acting Mfr: LITTELFUSE Part # 312 SERIES, 6, EA; LI 021: Fuse (UPS) - Fuse 175A FWX 250V Mfr: Bussamann Part # FWX-175, 12, EA; LI 022: Fuse (Day Tank Controller)-Fuse 2A1-1/2"*13/32" Midget Fuses ATQ Mfr: AMP-TRAP Part # ATQ2, 18, EA; LI 023: Fuse (Day Tank Controller)-Fuse,15A Time Delay Class CC fuses Mfr: B&B ELECTRONICS Part # ATQR15, 18, EA; LI 024: Fuse (Day Tank Controller)- Fuse, 6/10A, 600VAC/300V DC Time Delay KDLR series Mfr: LITTELFUSE Part # KLDR0 6/10, 18, EA; LI 025: Can Term Breakout Board Mfr: ABB Part # 2UCS000330A622, 1, EA; LI 026: Voltage Sense Board Mfr: ABB Part # 2UCS000330A644, 1, EA; LI 027: Current Sense Board Mfr: ABB Part # 2UCS000330A645, 1, EA; LI 028: PCS 100 AVC Rectifier Module Mfr: ABB Part # 2UCS000330A651, 1, EA; LI 029: PCS 100 AVC Inverter with Bypass Module Mfr: ABB Part # 2UCS000330A652, 1, EA; LI 030: Rectifier /Inverter Fan Assy Mfr: ABB Part # 2UCS000330A666, 1, EA; LI 031: Aux Master Controller Assy Mfr: ABB Part # 2UCS000340A661, 1, EA; LI 032: Fuse 2A 32x6mm 700VAC Mfr: ABB Part # 2UCS002404A021, 24, EA; LI 033: Fuse 8A 38x10mm 600VAC PK5 Mfr: ABB Part # 2UCS002404A080, 24, EA; LI 034: Fuse 10A 38x10mm 500VAC Pk5 Mfr: ABB Part # 2UCS002408A100, 24, EA; LI 035: Fuse Semiconductor 315A Mfr: ABB Part # 2UCS002451A004, 6, EA; LI 036: Transformer 1.8KVA Mfr: ABB Part # 2UCS002792A001, 4, EA; LI 037: Cable Assy Can Bus Mfr: ABB Part # 2UCS002792A016, 2, EA; LI 038: Fan 150mm 230VAC Mfr: ABB Part # 2UCS002941A024, 6, EA; LI 039: Display Mfr: ABB Part # 2UCS000240B644, 1, EA; LI 040: Filter Fan - Mfr: ABB Part # FLTR001, 16, EA; LI 041: LAMP, COMPACT FLUORESCENT, 13W. Mfr: GE. Part: 13W/G24Q/1 BASE., 150, EA; LI 042: LAMP, METAL HALIDE, 150W. Mfr: GE. Part# 150W/E26/BD17/BASE., 15, EA; LI 043: LAMP, METAL HALIDE, 175W. Mfr GE. Part# 175W/ED28/BASE., 15, EA; LI 044: LAMP, LINEAR FLUORESCENT, 17W. Mfr: GE. Part# 17w/T8/835, 150, EA; LI 045: LAMP, COMPACT FLUORESCENT, 18W. Mfr: GE. Part#: G24Q-2 BASE, 100, EA; LI 046: LAMP, COMPACT FLUORESCENT, 26W. Mfr: GE. Part # G24Q-3 BASE, 100, EA; LI 047: LAMP, LINEAR FLUORESCENT, 28W T5, 835. Mfr: GE., 100, EA; LI 048: LAMP, LINEAR FLUORESCENT, 32W T8, 835. Mfr: GE. Part # 32W/T8/835, 150, EA; LI 049: LAMP, LINEAR FLUORESCENT, 35W T5, 835. Mfr: GE. Part # 35W/T5/835, 100, EA; LI 050: LAMP, METAL HALIDE, 400W, MOG ED37 BASE. Mfr: GE. Part # ED37 400W, 15, EA; LI 051: LAMP, COMPACT FLUORESCENT, 42W, 835, GX24Q-Q4 BASE. Mfr: GE. Part # GM 51834., 72, EA; 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, U.S. Embassy Cotonou, Benin 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. U.S. Embassy Cotonou, Benin 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. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. All Bids must be valid for 30 days from the closing date for this solicitation. No exceptions or qualifications. New equipment ONLY, NO grey market or refurbished products. Items must be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, must be manufacturer-approved and may not be compatible, remanufactured, or refurbished equipment. All items must be covered by manufacturer?s warranty and procured through a manufacturer approved distribution channel. Sellers must be able to document their ability to provide items through manufacturer approved distribution channels upon request. The Seller confirms to have sourced all products submitted in this Bid from manufacturer-approved channels for Federal sales, in accordance with all applicable laws and manufacturer?s current applicable policies at the time of purchase. Seller must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements. If software is provided or included, Seller shall, upon request, provide Buyer with a copy of the End User License Agreement. Seller certifies that all software is licensed originally to Buyer as the original licensee authorized to use the software. All bid prices must include shipping FOB Destination CONUS (CONtinental U.S.). No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of award. (a) The provider of information technology shall certify applications are fully functional and operate correctly as intended on systems using the Federal Desktop Core Configuration (FDCC). This includes Internet Explorer 7 configured to operate on Windows XP and Vista (in Protected Mode on Vista). For the Windows XP settings, see http://csrc.nist.gov/itsec/guidance_WinXP.html and for the Windows Vista settings, see: http://csrc.nist.gov/itsec/guidance_vista.html. (b) The standard installation, operation, maintenance, update, and/or patching of software shall not alter the configuration settings from the approved FDCC configuration. The information technology should also use the Windows Installer Service for installation to the default ?program files? directory and should be able to silently install and uninstall. (c) Applications designed for normal end users shall run in the standard user context without elevated system administration privileges. (d) The Department of State currently intends to use Vista in Protected Mode in the future when all devices at all worldwide locations have sufficient capacity to permit an upgrade from the XP operating system. Pursuant to the Trade Agreements Act (19 U.S.C. 2512(a)) (TAA), Federal acquisitions of supplies may be made only from offerors that will supply products of an eligible country under any of the free trade agreements entered into pursuant to the TAA. An article is considered a product of a country only if it is wholly a product of that country or if it has been ?substantially transformed? in that country into a new and different article of commerce with a name, character, or use distinct from that of the original article(s). Note that any item that is a discreet article as it is sold in commerce, regardless of its ultimate function or use, cannot be considered ?substantially transformed? based solely on its integration into IT or other systems. The Contractor and its employees shall exercise the utmost discretion in regard to all matters relating to their duties and functions. They shall not communicate to any person any information known to them by reason of their performance of services under this contract which has not been made public, except in the necessary performance of their duties or upon written authorization of the Contracting Officer. All documents and records (including photographs) generated during the performance of work under this contract shall be for the sole use and become the exclusive property of the U.S Government. Furthermore, no article, book, pamphlet, email, recording, broadcast, speech television appearance, film or photograph concerning any aspect of work performed under this contract shall be published or disseminated through any media without the prior written authorization of the Contracting Officer. These obligations do no cease upon the expiration or termination of this contract. The Contractor shall include the substance of this provision in all contracts of employment and in all subcontracts hereunder. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 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 a FAR clause may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/AF/Benin/PR4858953_01/listing.html)
 
Place of Performance
Address: North Brunswick, NJ 08902
Zip Code: 08902
 
Record
SN04110571-W 20160511/160509234809-b88f6b869a5aafe88f378e1cc49e9cc0 (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.