Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2016 FBO #5322
SOLICITATION NOTICE

59 -- Portable Three-Phase Meter Site Analyzer - Package #1

Notice Date
6/17/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS00745
 
Archive Date
7/15/2016
 
Point of Contact
William Johnson, Phone: 702-293-8362
 
E-Mail Address
wjohnson@usbr.gov
(wjohnson@usbr.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
R16PS00745 SF-18 R16PS00745 Combined Synopsis Combined Synopsis/Solicitation Request for Quote No. R16PS00745 - Portable Three Phase Meter Site Analyzer The Bureau of Reclamation (Reclamation), Lower Colorado Dams Office (LCDO) located in Boulder City, Nevada has a requirement to purchase a Portable Three Phase Meter Site Analyzer which consist one (1) Portable Three Phase Meter Site Analyzer, (1) RW-31 Optocom, Optics Option Kit, (1) Solid State Optics Probe Assembly, and (1) RW-31 Voltage and Current Leads Extension. It is anticipated that one firm fixed-price purchase order will be awarded. All costs to supply and deliver the products shall be included with your quote. Determination of award will be based on the lowest overall price, responsive quote from a responsible offeror. (i) This is a combined synopsis/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. (ii) This requirement is being issued as Solicitation No. R16PS00745. This solicitation is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-86. (iv) This requirement is set-aside to small businesses. The North American Industry Classification System (NAICS) Code for this acquisition is: 334515 - Instrument manufacturing for measuring and testing electricity and electrical signals. The small business size standard for NAICS Code 334515 is 750 employees. (v) Contract Line Item Numbers: Line Item 00010: (1) Portable Three Phase Meter Site Analyzer Line Item 00020: (1) RW-31 Optocom, Optics Option Kit Line Item 00030: (1) Solid State Optics Probe Assembly Line Item 00040: (1) RW-31 Voltage and Current Leads Extension *Note - It is anticipated that a single purchase order will be awarded for all of the required items. However, if vendors are unable to provide all of the items listed, vendors are still encouraged to still submit a quote with the items it is able to provide. If a single award cannot be made for these items, multiple awards may occur. (vi) The Bureau of Reclamation has a requirement for a contractor to supply and deliver (1) Portable Three Phase Meter Site Analyzer, in accordance with the following salient characteristics. Portable Three-Phase Meter Site Source Analyzer able to test sources to ANSI requirements. Able to provide for Harmonic Analysis, CT Testing, Vectors, Meter Testing, Wire Checking, Site Information, Transducer Testing, Waveform Analysis and Trends Testing. Eight inch or greater Touch Screen interface and the ability to save sequences on the test device. Ability to save unlimited test profiles, sequences and site configurations on the test device. Self-Protected, fuseless, voltage and current sources that self-protect against short-circuit, thermal, and over-current conditions. 0.02% high-accuracy internal standard recognized and accepted by NIST Shall have 2 or more USB ports, 1 VGA port, 1 Ethernet 10/100 port, 1 embedded Wi-Fi adapter, 1 COM port, 1 simple three wire KYZ input, advanced I/O port, optical communications port, 5 pin REDEL connector for meter optical probes, BNC connector for pulse out, click switch input, and external standard compare pulse input. Test frequency of 45-65GHz in 0.001Hz steps. Operating Temperature of 32-131 degrees Fahrenheit. Factory warranty of 2 years or more including all parts and labor. Added Accessories to be provided with Analyzer Meter Shop and Field Test Equipment Silver Care Plan with purchase of new product. Extends warranty coverage to three years from the date of unit purchase, provides two yearly calibrations using the calibration kit, and includes one day on-site product training to be conducted at Hoover Dam within continental U.S. RW-31 OPTOCOM, Optics Option Kit or equivalent. RW-31 Solid State Optics Probe Assembly, Suction Cup, Visible Detector or equivalent. RW-31 Voltage and Current Leads Extension Kit, 12 feet or equivalent. The following items are required to be submitted along with your quote: A detailed list of the proposed items with pricing. A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in this solicitation. This includes product literature and description, such as data specification sheets to show that you meet the above salient characteristics. It is mandatory that the offeror submit product literature of the items being proposed. If you do not submit this information, your quote may not be considered. (vii) Provide freight to ship the Fiber Optic Fusion Splicer System to the Bureau of Reclamation, Hoover Dam Central Warehouse, Hwy 172, Boulder City, Nevada 89005. Shipping must be free on board (FOB) Destination. The following clauses and provisions are applicable to this commercial item acquisition: (viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items (ix) FAR Provision 52.212‐2 is not applicable to this RFQ. (x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/. To complete obtain and complete a hard copy of Provision 52.212-03, it can be found in the Federal Acquisition Regulation. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items. (xii) FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-6, Notice of Total Small Business 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post-Award Small Business Program Representative 52.222-3, Convict Labor 52.222‐19, Child Labor-Cooperation with Authorities and Remedies 52.222‐21, Prohibition of Segregated Facilities 52.222‐26, Equal Opportunity 52.222-50, Combating Trafficking in Persons 52.223‐18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act - Alternate I 52.225‐13, Restrictions on Certain Foreign Purchases 52.232‐33, Payment by Electronic Funds Transfer- System for Award Management (xiii) Additional contract requirements include the following clauses and provisions: Provision - 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) Clauses - 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) 52.204-13, System for Award Management Maintenance 52.242‐15, Stop‐Work Order 52.252‐06, Authorized Deviations in Clauses Electronic Invoicing and Payment Requirements-Internet Payment Platform (IPP) (xiv) Not applicable. (xv) All questions shall be submitted via email to William Johnson at wjohnson@usbr.gov no later than Thursday, June 23, 2016, by 12:00 P.M., PST. Offers are due Thursday, June 30, 2016 by 02:00 P.M., PST. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically via email to wjohnson@usbr.gov. (xvi) The Point of Contact for this solicitation is William Johnson. He may be reached via e-mail at wjohnson@usbr.gov, or by phone at 702-293-8362.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/885c87a67e16263bfd464b0901632f08)
 
Place of Performance
Address: Bureau of Reclamation, Hoover Dam Central Warehouse, Hwy 172, Boulder City, Nevada 89005., Boulder City, Nevada, 89005, United States
Zip Code: 89005
 
Record
SN04153399-W 20160619/160617234047-885c87a67e16263bfd464b0901632f08 (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.