Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
MODIFICATION

29 -- SWOS TEXCEL VX100 Pro Controller - Gas Turbine Generator

Notice Date
9/12/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
FISC Norfolk Contracting Office Groton Code 245.2, Groton, CT 06349
 
ZIP Code
06349
 
Solicitation Number
N0018917QG180
 
Response Due
9/13/2017
 
Archive Date
3/12/2018
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 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 N0018917QG180 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2017-09-13 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be San Diego, CA 92136 The FLC Norfolk - Groton requires the following items, Brand Name or Equal, to the following: LI 001: CONTROLLER, GAS TURBINE GENERATOR FFP Texcel VX100 Pro Controller MFG. Froude Hofmann, Inc. SALIENT CHARACTERISTICS (Option 1) V100 Upgrade TEXCEL Controller to TEXCEL VX100 Pro Control System including (1) New TEXCEL VX100 Control System, (1) CAN Cables (up to 30 meters), (1) HDCM, (1) TEXCEL VX100 Pro Control System Manual (English Language), (1) Commissioning (5-Days), TEXCEL VX100 Pro Controller and Monitoring System Real Time Micro-Controller for Fast Accurate Load Control, Digital Control Algorithms with Health Monitoring and Fault Recovery Software, uses I-O Hardware Technology, Operator Control Panel to provide MS Windows-Based Graphic User Interface with Multi-Page Display that can be Configured by User to Display Numeric, Bar Chart, Dial, and Real Time Rolling Trace Displays, Programmable Control Functions for Engine Specific Application Simulations, (4) Control Modes, Position, Speed, Torque and Powerlaw, Bi-Directional Supprt, Remote Interface, Control Demands and Operating Motes using Remote Interface or User Customized Analog and Digital Signals, Speed Measurement, Accuracy, Torque Measurement Accuracy, Selectable PIDS for Multiple Dynamometer - Engine Capability, Automatic or Manual Inlet Valve Control, Fault Detection Algorithms, Four Level Alarm and Alarm Log, High Speed Data Logging, Overspeed, Overtorque, and Temperature Protection, Linear Potentiometer Control for Transient Load Changes, To include Shipping Delivery FOB Destination to Point Loma San Diego, CA Brand Name or Equal Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes-No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. NOTE: The requirements in DFARS 252.211-7003, Item Identification and Valuation, are applicable for this line item. The contractor shall provide DoD unique identification or a DoD recognized unique identification equivalent., 1, System; 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, FLC Norfolk - Groton 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 quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC Norfolk - Groton 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 quotes. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote 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 quotes, 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 334519 and the Small Business Standard is 100%. FAR 52.247-34, F.o.b. Destination applies 52.212-2 Evaluation - Commercial Items. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use “Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders —Commercial Items. 52.204-10 Reporting Subcontract Awards. 52.219-28 Post-Award Small Business Program Rerepresentation. 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 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-18 Availability of Funds 252.211-7003 Item Identification & Valuation (AUG 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002) 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023. 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Fleet Fast Pay Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) Control of Government Personnel Work Product (April 1992) Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Buy American Act & Balance of Payments (Oct 2011) (1) Vendors must quote ALL line items or you will be automatically disqualified as technically unacceptable. This will be awarded on the lowest price technically acceptable for the whole dollar value. (2) All questions must be directed through the Reverse Auction Website, any questions outside of the Reverse Auction platform will not be answered. Do not send questions directly to buyers email. (3) Sellers must upload all technical criteria, lead time, and attachments with bid otherwise you may be automatically disqualified for not providing mandatory attachments. Or equal quotes are invited and encouraged. If or equal product is bid, vendors must provide a Yes/No Matrix with the salient characteristics and product literature data specifications to evaluate or equal product. (4) The Vendor shall complete, sign, and attach FAR 52.203-18 Prohibition on Contracting with Entities that Required Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017). (5) The Vendor shall complete, sign and attach FAR 52.209-11 Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under Any Federal Law (Feb 2016) (6) The Vendor shall complete, sign, and attach DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Nov 2004). Do not leave Blank or state FTA Compliant. If no place of manufacture is filled out on DFARS 252.225-7000 the bid will be evaluated as it is a foreign non qualifying country per DFARS 225.502 (c) (i) (E). EVALUATION Award of the purchase order resulting from this Auction will be made to the responsible Vendor whose bid is the lowest price technically acceptable and in full compliance with all other requirements set forth in this Auction will be awarded the Purchase Order. The Government reserves the right to judge which submissions show the required capability. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS--REPRESENTATION (JAN 2017) REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the śWeb Based Training ť link on the WAWF home page at https://wawf.eb.mil/. USE OF GOVERNMENT-ASSIGNED SERIAL NUMBERS (SEP 2010) Prohibition on Requiring Certain Internal Confidentiality Agreeements or Statements JAN 2017 System for Award Management OCT 2016 System for Award Management Maintenance OCT 2016 Commercial and Government Entity Code Reporting JUL 2016 Commercial and Government Entity Code Maintenance JUL 2016 Brand Name or Equal AUG 1999 Unenforceability of Unauthorized Obligations JUN 2013 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 Protest After Award AUG 1996 System for Award Management Alternate A FEB 2014 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 Prohibition of Hexavalent Chromium JUN 2013 Qualifying Country Sources As Subcontractors DEC 2016 Export-Controlled Items JUN 2013 Sources of Electronic Parts OCT 2016 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (JAN 2017) Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) CLAUSES INCORPORATED BY REFERENCE (FEB 1998) REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018917QG180/listing.html)
 
Place of Performance
Address: San Diego, CA 92136
Zip Code: 92136-5588
 
Record
SN04674462-W 20170914/170912233138-8806215ee775cdfb5f5b22c5067078b5 (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  © 1994-2020, Loren Data Corp.