SOLICITATION NOTICE
66 -- DC Ramp Test Set
- Notice Date
- 11/28/2016
- 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
- R17PS00021
- Point of Contact
- Lynn Wahl, Phone: 509-754-0223
- E-Mail Address
-
jwahl@usbr.gov
(jwahl@usbr.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. The solicitation number is R17PS00021 and is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92. This requirement is unrestricted. The North American Industry Classification System (NAICS) Code for this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Product Service Code is 6625, Electrical and Electronic Measuring Instruments. REQUIREMENT The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order for the acquisition of the following: CLIN 0010 DC Ramp Test Set: 1 each at $_______ for a total of $_____. Total price shall include all applicable fees and taxes SPECIFICATIONS 1. QUANTITY AND TYPE The Bureau of Reclamation has a need for an Automated DC Ramp Test Set The test equipment shall be capable of applying a maximum output voltage of 60 kV DC (negative polarity). The equipment will be used to identify problems in the stator ground wall insulation system of large AC generators and motors before an unexpected in-service failure occurs. 2. SALIENT FEATURES a. The equipment shall meet the following salient features: Power Input 85-264V AC, 2A, 50/60 Hz Output Voltage and Metering 0 to 60 kV DC, negative polarity Ramp Rate 0 to 2.5kV/min (continuously adjustable output current 1.0 mA maximum) Current Metering 0-1/2.5/5/10/25/50/100/250 μA PC Windows 8.1, or better Operating Temperatures +32 to +104 deg. F. Operating Altitude 0 - 3000 Meters Standards Compliant with IEEE Standard 95-2002 b. The equipment shall have both an automatic voltage ramp mode as well as manual voltage control from 0 - 60 kV DC. The equipment shall have an automatic voltage ramp mode that is continuously adjustable from 0 to 2.5kV/minute. c. The equipment shall provide an earth ground detection circuit. d. The equipment shall provide protection circuits as well as a safe winding discharge circuit. e. The equipment shall have the capability of interfacing with a microprocessor-based system minimum 500 GB hard drive, 16 GB memory, and USB 3.0 capability. f. The equipment shall be contained or mounted in a rugged case to protect it during field testing. g. Standard Manufacturer's warranty. 3. CABLES a. A complete set of high voltage test leads rated for 60 kV DC shall be provided with the test equipment and at a minimum the lead length should be 23 feet. b. An earth grounding cable shall be provided with the test equipment. 4. POWER REQUIREMENTS The equipment shall be capable of utilizing a 120VAC, 60Hz input with a current rating that doesn't exceed 10 amps. 5. SOFTWARE A software package with the following capabilities shall be included: • Capability to graph the test results, i.e. Voltage vs Current can be plotted. • Capability to display voltage vs. current curves side by side for an analysis on winding condition • Capability to store multiple curves and test parameters for later analysis • Capability to allow set up of the unit nameplate data • Capability to set up ramp rate and which phase is being tested. Plus note other parameters such as ambient temperature, humidity, etc. • Capability to allow the user to make a number of settings such as export file to Excel, display the test data once the test is finished, or start the new test. • The software shall have the ability to display the results as the tests are underway so that the leakage current versus voltage curves can be examined. This facilitates a test stoppage before failure of the insulation occurs. It also provides information regarding failure mechanisms as well as the physical location of the deterioration. • The software shall have the ability of automatically calculating and providing the Polarization Index value that determines whether the winding insulation should be subjected to applied voltages beyond its rating. 6. DATA FORMAT COMPATIBILITY The equipment shall provide results in a data format that is compatible with the existing 2013 Microsoft Office tools. The test file format shall be such that it can be exported and integrated into Excel. 7. INSTRUCTION MANUAL The vendor or manufacturer shall supply an instruction manual with the test equipment. The manuals shall contain relevant operating instructions including: a quick start guide, setup instructions, connection scheme, as well as safety and troubleshooting tips. Maintenance information shall include a preventative maintenance or calibration schedule as well as any necessary instructions. The manuals shall also include all relevant equipment model number(s), a complete parts list, and personal contacts for requesting parts or service. 8. DELIVERY Delivery shall be FOB Destination. Delivery address Hwy 155, Warehouse B, Door 6, Industrial Area, Grand Coulee, WA 99133. Delivery will not be accepted on Federal holidays. Delivery is preferred a minimum of 45 days after receipt of order. 9. PROVISIONS AND CLAUSES This RFQ incorporates one or more provisions and clauses by reference. The full text of the provisions and clauses may be accessed electronically at https://www.acquisition.gov/far/. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The term "offer" in 52.212-1 is replaced with "quote". The following addendum to 52.212-1 also applies: 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions; 52.204-16 Commercial and Government Entity Code Reporting ADDENDUM TO 52.212-1 ET 02-20 Authorized Workers Notice to Potential Bureau of Reclamation Contractors - (Sep 2002) (a) Definitions. IRCA - Immigration Reform and Control Act of 1986 INA - Immigration and Nationality Act INS - Immigration and Naturalization Service SSA - Social Security Administration INS SAVE Program - The INS Systematic Alien Verification for Entitlements Program ESA - Employment Standards Administration (Department of Labor) (a) Authority. Immigration Reform and Control Act of 1986 (8 USC 1101 as amended) and the Immigration and Nationality Act, Section 274A. (b) Who is Covered. INA includes provisions addressing employment eligibility, employment verification, and nondiscrimination. These provisions apply to all employers, including government contractors. (c) Basic Provisions/Requirements. Under IRCA, employers may hire only persons who may legally work in the U.S., i.e., citizens and nationals of the U.S. and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). Employers must keep each I-9 on file for at least three years, or one year after employment ends, whichever is longer. Detailed guidance on the I-9 is available at the INS web site: http://www.uscis.gov/i-9 (d) Employment Verification Pilot Programs. The INS and the SSA are conducting the following programs that provide employers a way to confirm the employment eligibility of their newly hired employees. Any employer located in a pilot state may volunteer to participate in a pilot program. If employers are not located in a pilot state, they would verify employment eligibility by following the procedures currently in place, i.e., by completing Form I-9. (1) The Basic Pilot is a joint pilot being conducted by the INS and SSA in the States of California, Florida, Illinois, Nebraska, New York, and Texas. This pilot involves verification checks of the SSA and INS databases of all newly hired employees, regardless of citizenship. To receive information on the Basic Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981, or write to USINS, SAVE Program, 425 I Street, NW, ULLICO Building 4th Floor, Washington, DC 20536. You may also contact the Social Security Administration by calling (410) 966-1940, or writing to Social Security Administration, Office of Program Benefits Policy, 6401 Security Blvd., 760 Altmeyer, Baltimore, MD 21235. (2) The INS is conducting the Citizen Attestation Pilot in the States of Arizona, Maryland, Massachusetts, Michigan, and Virginia. The Citizen Attestation Pilot permits participating employers to electronically verify the employment eligibility of newly hired alien employees by using a personal computer with a modem. To receive information on the Citizen Attestation Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. Employers may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (3) The INS and the SSA are conducting the Machine-Readable Document Pilot in the State of Iowa. The Machine-Readable Document Pilot is identical to the Basic Pilot in all respects, except for the geographic scope of the pilot and for one additional feature. If an employee presents an Iowa's driver's license or identification card containing a machine-readable SSN, the employer will make an inquiry through the confirmation system by using the machine-readable feature. To receive information on the Machine-Readable Document Pilot program please call the INS SAVE Program toll free at 1-888-464-4218, or fax your request for information to (202) 514-9981. You may also write to US/INS, SAVE Program, 425 I Street, NW, ULLICO-4th Floor, Washington, DC 20536. (e) Employee Rights. The INA protects U.S. citizens and aliens authorized to accept employment in the U.S. from discrimination in hiring or discharge on the basis of national origin and citizenship status. (f) Compliance Assistance. More detailed information, including copies of explanatory brochures and regulatory and interpretative materials, may be obtained from local offices of the Department of Labor's Employment Standards Division, Wage and Hour Division, and the Office of Federal Contract Compliance Programs. (g) Penalties/Sanctions. Employers who fail to complete and/or retain the I-9 forms are subject to penalties. The INS enforces the INA requirements on verification of employment eligibility. The Justice Department enforces the anti-discrimination provisions. As part of their ongoing enforcement efforts, the ESA's Wage and Hour Division and Office of Federal Contract Compliance Programs conduct inspections of the I-9 forms. They report their findings to the INS and to the Department of Justice when they find cases of disparate treatment or unauthorized employment. A debarring official may debar a contractor, based on a determination by the Attorney General of the United States, or designee, that the contractor is not in compliance with the INA. The Attorney General's determination is not reviewable in the debarment proceedings. (End Provision) ADDENDUM TO 52.212-1 WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services -- Bureau of Reclamation - (Mar 1993) (a) Metric Transition Plan. The Department of the Interior on December 6, 1991, issued a Metric Transition Program (Part 758 Department Manual Chapter 1) to establish and describe the program's policies and responsibilities. The Bureau of Reclamation (Reclamation), has developed a Metric Transition Plan to implement metrication in Reclamation. This plan describes Reclamation's overall strategy for using the metric system, defines general requirements and procedures for carrying out the transition, and details the tasks with milestones for Reclamation offices to complete. (b) The Omnibus Trade and Competitiveness Act of 1988 (Trade Act). (1) Section 5164 of Public Law 100-418, the Trade Act, amended the Metric Conversion Act of 1975 and designated the metric system of weights and measures for United States trade and commerce. (2) The Trade Act establishes September 30, 1992, as the implementation date (to the extent economically feasible) for Federal agencies to use the metric system of measurement in its procurements, grants, and other business-related activities. (3) The Trade Act permits exceptions to the use of the metric system to the extent that such use is impractical or is likely to cause significant inefficiencies or loss of markets to United States firms, such as when foreign competitors are producing competing products in non-metric units. (4) As a result of the Trade Act, the President issued Executive Order 12770 dated July 25, 1991, to implement the congressional designation of the metric system as the preferred system of weights and measures for United States trade and commerce. (c) Bureau of Reclamation Implementation. As a result of the Trade Act, Reclamation will, to the maximum extent practicable, use hard conversion and soft conversion metric systems in designing its construction projects, eventually phasing out use of the soft conversion metric system. Exceptions to this policy will only be made when such use is impractical, produces inefficiencies or market losses, or is not economically feasible. (d) Expected Results. Reclamation expects its support of the metric system to result in increased use of the metric system by U.S. contractors, thereby increasing their ability to compete in the international marketplace. Increasing use of the metric system by U.S. contractors will eliminate possible restrictions on their bidding in the international marketplace and will eliminate any impact of economic blocks by metric countries restricting the acceptance of non-metric products. (End provision) ADDENDUM TO 52.212-1 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior - (Apr 1984) (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) 'Trade Secret' means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) 'Confidential commercial or financial information' means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers 'commercial and financial information obtained from a person and privileged or confidential,' and exemption (9), which covers 'geological and geophysical information, including maps, concerning wells.' (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: 'The information specifically identified on pages _______ of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the Government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract. c The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: 'This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal.' (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. (End Provision) ADDENDUM TO 52.212-1 WBR 1452.222-80 Notice of Applicability--Cooperation with Authorities and Remedies - Child Labor--Bureau of Reclamation - (Jan 2004) (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in - (1) Canada, and the anticipated value of the acquisition is $175,000 or more; and (2) Israel, and the anticipated value of the acquisition is $175,000 or more. (b) Nonapplicability thresholds for other countries are the same as listed in the FAR clause. (End of Provision) By the provision at 52.212-2, Evaluation-Commercial Items, lowest price technically acceptable will be the evaluation factor used for this requirement. ADDENDUM TO 52.212-2 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015)) (a) Definitions. As used in this provision-- Person-- (1) Means-- (i) A natural person; (ii) A corporation, business association, partnership, society, trust, financial institution, insurer, underwriter, guarantor, and any other business organization, any other nongovernmental entity, organization, or group, and any governmental entity operating as a business enterprise; and (iii) Any successor to any entity described in paragraph (1)(ii) of this definition; and (2) Does not include a government or governmental entity that is not operating as a business enterprise. Sensitive technology- (1) Means hardware, software, telecommunications equipment, or any other technology that is to be used specifically- (i) To restrict the free flow of unbiased information in Iran; or (ii) To disrupt, monitor, or otherwise restrict speech of the people of Iran; and (2) Does not include information or informational materials the export of which the President does not have the authority to regulate or prohibit pursuant to section 203(b)(3) of the International Emergency Economic Powers Act (50 U.S.C. 1702(b)(3)). (b) The offeror shall email questions concerning sensitive technology to the Department of State at CISADA106@state.gov. (c) Except as provided in paragraph (d) of this provision or if a waiver has been granted in accordance with 25.703-4, by submission of its offer, the offeror-- (1) Represents, to the best of its knowledge and belief, that the offeror does not export any sensitive technology to the government of Iran or any entities or individuals owned or controlled by, or acting on behalf or at the direction of, the government of Iran; (2) Certifies that the offeror, or any person owned or controlled by the offeror, does not engage in any activities for which sanctions may be imposed under section 5 of the Iran Sanctions Act. These sanctioned activities are in the areas of development of the petroleum resources of Iran, production of refined petroleum products in Iran, sale and provision of refined petroleum products to Iran, and contributing to Iran's ability to acquire or develop certain weapons or technologies; and (3) Certifies that the offeror, and any person owned or controlled by the offeror, does not knowingly engage in any transaction that exceeds $3,500 with Iran's Revolutionary Guard Corps or any of its officials, agents, or affiliates, the property and interests in property of which are blocked pursuant to the International Emergency Economic Powers Act (50 U.S.C. 1701 et seq.) (see OFAC's Specially Designated Nationals and Blocked Persons List at http://www.treasury.gov/ofac/downloads/t11sdn.pdf ). (d) Exception for trade agreements. The representation requirement of paragraph (c)(1) and the certification requirements of paragraphs (c)(2) and (c)(3) of this provision do not apply if- (1) This solicitation includes a trade agreements notice or certification (e.g., 52.225-4, 52.225-6, 52.225-12, 52.225-24, or comparable agency provision); and (2) The offeror has certified that all the offered products to be supplied are designated country end products or designated country construction material. (End of Provision) ADDENDUM TO 52.212-2 WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation - (May 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. (End of Provision) The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. The following addendum to 52.212-3 applies: 52.203-98 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements - Representation (Deviation 2015-02); 52.225.25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions relating to Iran--Representations and Certifications The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The following clauses are addenda to 52.212-4: 52.252-2, Clauses Incorporated by reference, 52.252-6 Authorized Deviations in Clauses, 52.204-18 Commercial and Government Entity Code Maintenance; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.242-15 Stop-Work Order ADDENDUM TO 52.212-4 DOI-AAAP-0028 Electronic Invoicing and Payment Requirements-Invoice Processing Platform (IPP) - APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: PDF Copy of Invoice______________________ The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at jwahl@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. (End of Local Clause) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional clauses cited in paragraph b of 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28 Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Equal Opportunity for Workers with Disabilities; 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; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. The following addendum to 52.212-5 apples: 52.203-99 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-02) QUOTES DUE & CONTACT(S) Quotes are due by 5:00 PM PST on January 10, 2017. Please submit via email to jwahl@usbr.gov. Include in the subject line: R17PS00021 DC Ramp Test Set. Contact Lynn Wahl, Contract Specialist, via email at jwahl@usbr.gov for information regarding this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/491d504d668071e9df1723c026361403)
- Record
- SN04336558-W 20161130/161128233716-491d504d668071e9df1723c026361403 (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 |