Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 10,1996 PSA#1633

FLEET & INDUSTRIAL SUPPLY CENTER PUGET SOUND, 467 ''W'' STREET, BREMERTON, WA

61 -- FUSE LINKS AND CAPACITORS SOL N00406-96-Q-1846 DUE 072696 POC J. Saunders Subject requirement is for a fixed price contract for ten line items (CLIN) as follows: CLIN 0001 -- 16 EA Crossarm wood 4 3/4 inch x 5 3/4 inch x 8 feet; CLIN 0002 -- 16 EA Brace Angle Galv., 18 inch x 48 inch; CLIN 0003 -- 9 EA Fuse Link, 40 K, (EEI-NEMA Type K-Fast) 5.2-27 kv, 6,200 amperes.; CLIN 0004 -- 3 EA Fuse Link, 50 K, (EEI-NEMA Type K-Fast) 5.2-27 kv, 6,200 amperes.; CLIN 0005 -- 3 EA Fuse Link, 80 K, (EEI-NEMA Type K-Fast) 5.2-27 kv, 6,200 amperes.; CLIN 0006 -- 1 Set 1200 KVAR Pole-mounted switched capacitor bank equipment for 3 phase, delta connection at rated voltage of 13.8 kv with the following: 6 x 200 KVAR film-var, 2 bushing capacitor at 13.8 kv for each unit; in-line, welded, aluminum mounting frames with galvanized steel mounting bracket for 9 unit capacities; galvanized steel mounting hardware and #2 solid copper wire with insulation tubing for capacitor unit phase and ground connections; oil switches, single phase (for 3 phase circuit at 13.8 kv (type CSR or NRU oil switches); Electronic time switch with 24 hour repeat cycle; CLIN 0007 -- 3 Set 900 KVAR Pole-mounted switched capacitor bank equipment for 3 phase, delta connection at rated voltage of 13.8 kv WYE underground system with the following: 9 x 100 KVAR film-var, 2 bushing capacitor at 13.8 kv for each unit; in-line, welded, aluminum mounting frames with galvanized steel mounting bracket for 9 unit capacities; galvanized steel mounting hardware and #2 solid copper wire with insulation tubing for capacitor unit phase and ground connections; oil switches, single phase (for 3 phase circuit at 13.8 kv (type CSR or NRU oil switches); Electronic time switch with 24 hour repeat cycle; CLIN 0008 -- 4 EA Capacitor switching controller (time control); CLIN 0009 -- 1 EA 600 KVAR Pole-mounted switched capacitor bank equipment for 3 phase, delta connection at rated voltage of 13.8 kv WYE underground system with the following: 6 x 100 KVAR film-var, 2 bushing capacitor at 13.8 kv for each unit; in-line, welded, aluminum mounting frames with galvanized steel mounting bracket for 9 unit capacities; galvanized steel mounting hardware and #2 solid copper wire with insulation tubing for capacitor unit phase and ground connections; CLIN 0010 -- 1 EA 600 KVAR Pole-mounted switched capacitor bank equipment for 3 phase underground WYE bank at rated voltage of 4.16 kv WYE grounded system with the following: 6 x 100 KVAR film-var, 2 bushing capacitor at 2.4 kv for each unit; in-line, welded, aluminum mounting frames with galvanized steel mounting bracket for 9 unit capacities; galvanized steel mounting hardware and #2 solid copper wire insulator unit phase and ground connections; Evaluation of offers will be based upon FOB Origin. Contractor to provide port of debarkment. Contractor shall provide for all CLINs the shipping containers dimensions (LxWxH), weight of each container, and the number of containers that will shipped if awarded subject requirement. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number N00406-96-Q-1846 applies and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-37 and Defense Acquisition Circular 91-10. This is an unrestricted requirement. The Standard Industrial code is 3629 and the business size standard is 500 employees. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items; and addendum clause DFARS 252.225-7035, North American Free Trade Agreement Implementation Act. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition as well as the following addendum clauses: FAR 52.211-5, New Material; Far 52.211-7, Other Than New Material, Residual Inventory, and Former Government Surplus Property; FAR 52.225-18, European Community Sanctions for End Products. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition with the following applicable clauses for paragraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government-Alternative I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8 Utilization of Small Business Concerns and Small disadvantaged Business Concerns: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.22-36, Affirmative Action for Handicapped Workers; Far 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. Any contract awarded as a result of this solicitation will be a DO-A7 rated order certified for national defense use under the Defense Priorities and Allocations System. Award of subject requirement will be evaluated in accordance with FAR 52.215-34, Evaluation of Offers for Multiple Awards, FAR 52.247-29, FOB Origin, and FAR 52.247-47, Evaluation - FOB Origin. Provision 52.212-2, Evaluation-Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions for CLINs 0001 through 0010. This procurement is part of the Navy's contractor evaluation system, Red/Yellow/Green program. Award will be based on the Contracting Officer's determination as to which offer provides the best value to the Navy - price, past quality and performance, and other factors considered. (i.e. delivery requirements, compatibility with existing equipment, etc.) Sealed offers in original copy are due no later than 3:00 p.m., local time, 26 July 1996. Offers may be mailed to FISC Puget Sound, Code 205.JS, 467 ''W'' Street, Bremerton, WA 98314-5100, or fax (360) 476-5083. Delivery Schedule: 60 days after date of contract award. Duration of contract period: N/A FOB Destination: N/A FOB Origin: Guam All responsible sources may submit offer/bid which shall be considered by FISCPS. Telephone requests will not be honored. Fax requests to (360)476-2931. (0190)

Loren Data Corp. http://www.ld.com (SYN# 0304 19960709\61-0001.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page