Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2017 FBO #5728
SOLICITATION NOTICE

17 -- Frequency Converter - Clauses

Notice Date
7/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 106 MSG/MSC, NY ANG, FRANCIS S. GABRESKI ARPT (ANG), BLDG 250, WESTHAMPTON BEACH, New York, 11978-1201, United States
 
ZIP Code
11978-1201
 
Solicitation Number
W912PQ-17-T-0041
 
Archive Date
9/9/2017
 
Point of Contact
Fred Rodriguez, Phone: 631-723-7562
 
E-Mail Address
fred.rodriguez1.mil@mail.mil
(fred.rodriguez1.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses incorporated by reference and full text Clauses incorporated by reference 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. This acquisition is for a frequency converter for the 106th Rescue Wing of the New York Air National Guard, F.S. Gabreski ANG, Westhampton Beach, NY 11978. This is a 100% Small Business set-aside. The applicable NAICS code for this acquisition is 336413 and the size standard is 1,250 employees. Solicitation number W912PQ-17-T-0041 is being issued as a request for quote and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective 19 Jan 2017. Firms must be registered in the System for Award Management (SAM) before an award can be made. To register with SAM, log on to https://www.sam.gov. This Request for Quote will result in a firm fixed price contract. This announcement is the solicitation which will result in a firm fixed-price contract. Contract will be awarded to the contractor whom provides a quote that conforms to the terms and conditions of this combined synopsis / solicitation and meets all the requirements outlined in the performance work statement, provides the lowest price (CLINS 0001, 0002, and 0003) and is determined responsible IAW FAR Subpart 9.104-1. Ensure your quote is detailed enough to determine that it meets that terms and conditions of the requirement. Requirements for your quote: The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Please submit a quote on your company letterhead showing a price per contract line item (CLIN 0001, 0002, and 0003) with total price. CLIN 0001: Hobart Model 2400 Solid State Frequency Converter Model 60SX240V AP-578653 or equal 6 Each - * Fixed (vertical) mount * OUTPUT: One 400Hz, 60 kVA * INPUT: 63A for.8 PF, 78A for 1.0 PF @ 480V, 45-65 Hz * 12-pulse rectifier PWM inverter * FINISH: Gray-White (RAL 7035) * Warranty: 2 years per ITW GSE standard terms and conditions * Operation & Maintenance Manual * Does not include input or output cables * Reference NSN 6130-01656-0933 for type, DIMS and capability CLIN 0002: ETL Listed, 400Hz AC power cable assembly NSN listed under 6150-01-473-0418 for reference. 6 Each- Item is commercially constructed with 6#4's, 1#1, Green nose section with hed assembly providing 2 protective Thermgard devices, molded strain relief and replacement contact section also NSN listed, 5999‐01‐‐447‐2960 in FEDLOG. NSN acquired nose is Yellow with Thermgard CLIN 0003: Start Up & Training 1 Each Start up and commissioning at US Site. Includes basic operator and maintenance training for one class - up to 10 people. Includes travel and per diem for 1 visit / 2 days maximum. FOB: Destination Include the following information on your quote: cage code, tax id number, company name, phone number, POC, signature of authorized representative and email. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote. To expedite the determination of responsibility (IAW FAR 9.1) the apparent awardee should have readily available: 1.) A statement that consists of an explanation of commitment or arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, other resources, or personnel. Provide any information related to affiliates that will be used on this project if applicable. 2.) Provide three references. The references should be of those whom have awarded contracts similar in nature in the last 3 years. This information shall include the awarding agency or company, title of project, year of the project, a POC with phone number and e-mail. 3.) Affirm that your business size standard. 4.) Affirm that the Performance Work Statement and Quality Assurance Surveillance Plan was read. The award will only be made to an offeror whose quotation is all-inclusive of the requirements on this solicitation. Offerors must have electronic funds transfer (EFT) capability. Contractors must be actively registered with iRAPT, formally the Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the technical requirements and represents the best value on an "all or nothing" basis. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Technical acceptability; Past Performance. In order to be deemed technically acceptable, the contractor must provide evidence of understanding of the requirement through either a written quote that addresses PWS requirements or through demonstrated Past Performance on recent and relevant contracts with same or similar scope. The offeror shall provide references for similar services performed, to include contract number, and point of contact information. Evaluation will be in accordance with FAR Subpart 13.106-2 and utilize trade off of price for performance at the Contracting Officer's discretion. The offeror must demonstrate in the response the capability to meet all contract requirements through past experience at similar events, either as the prime or major subcontractor, or by identification of key personnel that have past experience in similar events. The evaluation process will consist of lowest price, price analysis of price breakdown submitted in quote, past performance, and technically acceptability in no particular order. Technical acceptability will be determined by the content presented by the contractor in the quote in response to the stated requirements. The Government intends to evaluate quotes/offers and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote/offer should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your quote/offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA30-2/W912PQ-17-T-0041/listing.html)
 
Place of Performance
Address: 150 Riverhead Road, Westhampton Beach, New York, 11978, United States
Zip Code: 11978
 
Record
SN04603016-W 20170730/170728232113-66a199ff85e8d6ec6ca6ef4a789a7117 (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.