Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
SOLICITATION NOTICE

66 -- CP System / CT Analyzer

Notice Date
3/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
140R1718Q0022
 
Point of Contact
Paula Collins, Phone: 509-633-6132
 
E-Mail Address
pcollins@usbr.gov
(pcollins@usbr.gov)
 
Small Business Set-Aside
Total 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 140R1718Q0022 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-97. This is a total Small Business set-aside under NAICS 334513 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 CP Transformer Test System, 1 each $_______ for a total of $________. CLIN 0020 CP Transformer Test System, 1 each at $_______ for a total of $________. CLIN 0030 CT Analyzer, 1 each at $_______ for a total of $________. CLIN 0040 CT Analyzer, 1 each at $_______ for a total of $________. SPECIFICATIONS: Line Item 0010: CP Transformer Test System, multi-functional primary test system, all-in-one, for substation commissioning and maintenance, for testing and insulation diagnosis of transformers and bushings in the field, includes hardware and built-in software for testing of the CT's (Current Transformer) (including IEC 61850 integrated systems), VT's (Voltage Transformer), power transformers, resistance, etc. Salient Characteristics: • Operating temperature range (min/max) = 14 to 131° F (-10 to 55° C). • Storage temperature range (min/max) = -4 to 158° F (-20 to 70° C). • Basic Test System includes: o Multi-functional test set hardware with supply 110/230Vac, 50/60Hz and outputs of up to 800 Aac, 2000 Vac and 400 Adc. o Tan-Delta Unit with built-in high voltage transformer, reference capacitor and precision measurement unit. o CP Tan-Delta test card software, connections and interface card to Multi-Functional test unit. o CP Transformer test cards. o CP sequencer test card. o Multi-Functional Test Unit Toolset including: Primary Test Manager (PTM) - trial version, CPC Editor, Test Templates, User and Reference manuals, Multi-functional test set standard accessories, Tan-Delta Unit connectors and cables on drums for HV injection and measurement (20m). o QUICK test card (manual control of the test set). o Transport case w/ wheels. • Options to include: PTM Advanced Upgrade (Omicron No. VESM0671, or equal), American Transformer Accessory Set for the Multi-Functional Test Unit (Omicron No. VEHZ0606, or equal), Transport case for Multi-Function test set accessories (Omicron No. VEHP0066, or equal), and Compensating Reactor for Tan-Delta Unit - 1 x 40 H, 1 x 80 H, with transport case and cable set (Omicron No. VEHZ0605, or equal). • Includes foldable trolley with cable drum mountings for to allow transport of all hardware by one person. • Maximum weight of unit to be less than 65 lbs. • Certificate of calibration included. • Instruction manuals included. • Standard manufacturer's warranty on material and workmanship required. 1 each Omicron CP Transformer Test System (Model CPC 100) No. VE000645 (w/ listed Options), or Equal. Line Item 0020: CP Transformer Test System (Enhanced Package), for testing and insulation diagnosis of transformers and bushings in the field, Standard Package No. VE000611, or equal plus: Software. Salient Characteristics: • Software to include: 1 x CP sequencer test card, 1 x CP ramping test card, 1 x CP GR - ground resistance test option includes testing software and hardware accessory (Omicron No. VEHZ0660, or equal), 1 x CPOL software and hardware accessory (Omicron No. VEHZ0650, or equal). • Certificate of calibration included. • Instruction manuals included. • Standard manufacturer's warranty on material and workmanship required. 1 each Omicron CP Transformer Test System (Enhanced Package) Model CPC 100 No. VE000621 (w/ listed Software), or Equal. Line Item 0030: Current Transformer (CT) Analyzer (Advanced Package), Professional Test Equipment for Protection of Current Transformers, with special measurement and assessment capability for automated test of multi-tap CT's up to 6 taps without rewiring. Salient Characteristics: • Basic CT includes: CT's according to the NEW IEC 61869-2 Standard, CT's according to IEC-60044-1 and IEEE C57.13, protection CT's according to IEC-60044-6, metering CT's up to class 0,1, knee point voltage from 1 V to 30 kV, PC Tool Set, Quick Test license, CT Analyzer (same hardware, cables and accessories as Standard Package No. VE000656, or equal), including bag, full range of cable clamps connectors and adapters. • Options to include: Transport Case w/ wheels for CT Analyzer (Omicron No. VEHP0068, or equal). • Certificate of calibration included. • Instruction manuals included. • Standard manufacturer's warranty on material and workmanship required. 1 each Omicron CT Analyzer (Advanced Package) No. VE000654 (w/ listed Options), or Equal. Line Item 0040: Current Transformer (CT) Analyzer (Protection Package), IEEE Professional Test Equipment for Protection of Current Transformers, with special measurement and assessment capability for automated test of multi-tap CT's up to 6 taps without rewiring. Salient Characteristics: • Basic CT includes: CT's according to IEEE C57.13 / 60Hz, CT's up to 0.3% accuracy, knee point voltage from 1 V to 4 kV, PC Tool Set, Quick Test license, CT Analyzer + CT SB2 Switch Box w/ bag, full range of cable, clamps, connectors and adapters. • Options to include: Transport Case w/ wheels for CT Analyzer (Omicron No. VEHP0068, or equal). • Certificate of calibration included. • Instruction manuals included. • Standard manufacturer's warranty on material and workmanship required. 1 each Omicron CT Analyzer (Protection Package) No. VE000657 (w/ listed Options), or Equal.1 each Omicron CT Analyzer (Protection Package) No. VE000657 (w/ listed Options), or Equal. PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference - (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Provisions - https://www.acquisition.gov/far/ (End of Provision) 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. Addendum to 52.212-1 requires the vendor to submit full warranty documentation on the item(s) being quoted. 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); WBR 1452.222-80 Cooperation and Remedies - Child Labor (Jan 2004); 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), Lowest Price, Technically Acceptable. 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). 52.252-2 CLAUSES INCORPORATED BY REFERENCE - (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses - https://www.acquisition.gov/far/ (End of clause) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies. Addendum to 52.212-4, Sub-clause (o), Warranty, is tailored to read as follows: (o) Warranty: Manufacturer's Standard Warranty, or better, is required. 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-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) DOI-AAAP-0050 Contractor Performance Assessment Reporting System (Feb 2016) a. FAR 42.1502 directs all Federal agencies to collect past performance information on contracts. The Department of the Interior (DOI) has implemented the Contractor Performance Assessment Reporting System (CPARS) to comply with this regulation. One or more past performance evaluations will be conducted in order to record your contract performance as required by FAR 42.15. b. The past performance evaluation process is a totally paperless process using CPARS. CPARS is a web-based system that allows for electronic processing of the performance evaluation report. Once the report is processed, it is available in the Past Performance Information Retrieval System (PPIRS) for Government use in evaluating past performance as part of a source selection action. c. We request that you furnish the Contracting Officer (CO) with the name, position title, phone number, and email address for each person designated to have access to your firm's past performance evaluation(s) for the contract no later than 30 days after award. Each person granted access will have the ability to provide comments in the Contractor portion of the report and state whether or not the Contractor agrees with the evaluation, before returning the report to the Assessing Official (AO). Information in the report must be protected as source selection sensitive information not releasable to the public. d. When your Contractor Representative(s) are registered in CPARS, they will receive an automatically generated email with detailed login instructions. Further details, systems requirements, and training information for CPARS is available at https://www.cpars.gov/. e. Within 60 days after the end of a performance period, the AO will complete an interim or final past performance evaluation, and the report will be accessible at https://www.cpars.gov/. 1. Contractor Representatives may then provide comments in response to the evaluation, or return the evaluation without comment. 2. Your comments should focus on objective facts in the AO's narrative and should provide your views on the causes and ramifications of the assessed performance. 3. All information provided should be reviewed for accuracy prior to submission. 4. If you elect not to provide comments, please acknowledge receipt of the evaluation by indicating No comment in the space provided, and then selecting "Accept the Ratings and Close the Evaluation". 5. Your response is due within 60 calendar days after receipt of the CPAR. On day 15, the evaluation will become available in PPIRS-RC marked as "Pending" with or without comments and whether or not it has been closed. 6. If you do not sign and submit the CPAR within 60 days, it will automatically be returned to the Government and will be annotated: -The report was delivered/received by the contractor on (date). The contractor neither signed nor offered comment in response to this assessment.- f. The following guidelines apply concerning your use of the past performance evaluation: 1. Protect the evaluation as source selection information. After review, transmit the evaluation by completing and submitting the form through CPARS. If for some reason you are unable to view and/or submit the form through CPARS, contact the CO for instructions. 2. Strictly control access to the evaluation within your organization. Ensure the evaluation is never released to persons or entities outside of your control. 3. Prohibit the use of or reference to evaluation data for advertising, promotional material, pre-award surveys, responsibility determinations, production readiness reviews, or other similar purposes. g. If you wish to discuss a past performance evaluation, you should request a meeting in writing to the CO no later than seven days following your receipt of the evaluation. The meeting will be held in person or via telephone or other means during your 60-day review period. h. A copy of the completed past performance evaluation will be available in CPARS for your viewing and for Government use supporting source selection actions after it has been finalized. (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 (Jan 2018), 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); 52.219-6, Notice of Total Small Business Set Aside; 52.219-8, Utilization of Small Business Concerns (Nov 2016); 52.219-13, Notice of Set-Aside of Orders (Nov 2011); 52.219-14 Limitations on Subcontracting (Jan 2017); 52.219-28, Post Award Small Business Program Representation (July 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); 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); 52.223-15, Energy Efficiency in Energy Consuming Products (Dec 2007); 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). THIS EQUIPMENT IS BEING PURCHASED IN ACCORDANCE WITH FAR PART 13, SUBPART 13.5 -- "SIMPLIFIED PROCEDURES FOR CERTAIN COMMERCIAL ITEMS". SIMPLIFIED ACQUISTION PROCEDURES APPLY. Written, signed quotes on a company letterhead with contact information are due no later than April 13, 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/d88d918376210ca0fc85403373f58259)
 
Record
SN04873652-W 20180401/180330231045-d88d918376210ca0fc85403373f58259 (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.