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