Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

66 -- Power Meters

Notice Date
1/11/2018
 
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
140R1718Q0007
 
Point of Contact
Paula Collins, Phone: 509-633-6132
 
E-Mail Address
pcollins@usbr.gov
(pcollins@usbr.gov)
 
Small Business Set-Aside
Woman Owned Small Business
 
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. Solicitation number 140R1718Q0007 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-96. This is a total Woman Owned Small Business set-aside under NAICS 334515 with an associated small business size standard of 750 employees. The Bureau of Reclamation intends to award a Firm Fixed Price Purchase Order for the acquisition of the following: CLIN 0010 Power Quality Meter, 48 each at $_______ for a total of $________. CLIN 0020 Master Display, 41 each at $_______ for a total of $________. CLIN 0030 LED Slave-Amps Display, 10 each at $_______ for a total of $________. CLIN 0040 LED Slave-Power Display, 17 each at $_______ for a total of $________. Total Price: $_________ SPECIFICATIONS: CLIN 0010: Meter, power quality and revenue, 120/208 volt, 60 hz, 4 mg memory, 90-276 volt ac/dc power supply, 10/100 base t-Ethernet, 2-10 character alphanumeric password capability, 4 independent voltage inputs, 4 independent current inputs, voltage input 120 volts ac. Voltage optically isolated to 2500 volts dc. Meets or exceeds ANSI C37.90.1 (surge withstand capability), current input rated for 5 amps with inputs 2x continuous programmable to any CT range, current inputs to be solid ubolt stud inputs with 10 second over-current rating of 100 amps and a 1 second over-current rating of 300 amps, voltage accuracy within less than 0.05% for l second readings and less than 0.1% for 200 millisecond reading, current accuracy within less than 0.025% for 1 second readings and less than 0.1% for 200 millisecond readings, power and energy accuracy shall be within less than 0.04% at unity pf and within 0.1% at 0.05 pf, frequency accuracy within less than 0.01 hz for 1 second readings and less than 0.03hz for 200 millisecond reading, must have auto-calibration circuit designed to calibrate the readings using an internal reference, calibration to commence upon temp change, Nexus 1252 PIN 1252-A-120-D2-60HZ-INP200, or equal. CLIN 0020: Display, master, multifunction, alpha-numeric, 6ft communication cable. Electro Industries/Gauge Tech part# P40N+, or equal. CLIN 0030: Display, LED slave-amps Electro Industries/Gauge Tech part# P41N+, or equal CLIN 0040: Display, LED slave-power Electro Industries/Gauge Tech part# P43N+, or equal. DELIVERY: Total price includes all applicable shipping fees, the Government is tax exempt. FOB: Destination, at Grand Coulee Power Office, WHSE B - DOOR 6 - IND AREA, HWY 155, Grand Coulee, WA 99133. Delivery hours are from 7:30 am to 3:30 PM Pacific time. Deliveries will not be accepted on Federal holidays. PROVISIONS AND CLAUSES: The provision at 52.212-1, Instructions to Offerors-Commercial (Jan 2017), applies to this acquisition. Addendum to 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. The following addendum to 52.212-1 applies: 52.204-16 Commercial and Government Entity Code Reporting (July 2016); WBR 1452.215-71 Use and Disclosure of Proposal Information (Apr 1984); 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification (Oct 2015); WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations (May 2005). By the provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), technical capability, price, and delivery will be evaluated equally. The following addendum to 52.212-2 applies: 52.211-6 Brand Name or Equal (Aug 1999). The provision at 52.212-3 and its alternate, Offeror Representations and Certifications (Nov 2017), 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: 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies. The following addenda to 52.212-4 apply: 52.204-4 Printed or Copied Double-Sided on Post consumer Fiber Content Paper (May 2011); 52.204-18 Commercial and Government Entity Code Maintenance (July 2016); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.242-15 Stop-Work Order (Aug 1989); DOI-AAAP-0050 Contractor Performance Assessment Reporting System (Feb 2016). 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. The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at PCOLLINS@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 following select clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2017), apply to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016); 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-8, Utilization of Small Business Concerns (Nov 2016); 52.219-13, Notice of Set-Aside of Orders (Nov 2011); 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016); 52.222-21, Prohibition of Segregated Facilities (April 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.225-1, Buy American-Supplies (May 2014); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013). Written, signed quotes on a company letterhead with contact information are due no later than January 26, 2018 by mail to or in person at Bureau of Reclamation, PO Box 620, Grand Coulee, WA 99133, or by electronic mail to pcollins@usbr.gov. For information regarding this Request for Quotation, please contact Paula Collins, Contract Specialist at 509-633-6132.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/46c02b56b592b2f970dc1d6dbed9416d)
 
Place of Performance
Address: Grand Coulee, Washington, 99147, United States
Zip Code: 99147
 
Record
SN04788284-W 20180113/180111231632-46c02b56b592b2f970dc1d6dbed9416d (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.