|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353Bureau of Reclamation, Lower Colorado Regional Office, 400 Railroad
Ave, Boulder City, NV 89005-2422 J -- REFURBISHING THREE ABB 5HK250 CIRCUIT BREAKERS AND THREE ABB
5HK250 SWITCHGEAR SOL 99SQ308260 DUE 060999 POC Deborah M. Marcus,
Contract Specialist, (702)293-8514, fax (702)293-8050 E-MAIL:
demarcus@lc.usbr.gov, demarcus@lc.usbr.gov. This is a combined
synopsis/solicitation for commercial items/services 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; quotations are being requested and
a written solicitation will not be issued. This solicitation number
99SQ308260 is issued as a Request for Quotation (RFQ). The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-11. The Standard Industrial
Classification (SIC) code is 3613. The small business size standard is
750 employees. Simplified Acquisition procedures apply. This
acquisition is unrestricted. DESCRIPTION OF THE WORK. Refurbishing
three ABB 5HK250 circuit breakers and three ABB 5HK250 switchgear. The
circuit breakers and switchgear are designed and manufactured by ABB
Services, Inc. The circuit breakers and switchgear require
refurbishment after a flood at the Powerplant where they were
installed. Item 001, One (1) JOB for the three ABB 5HK250 circuit
breakers which shall include: the three circuit breakers are to be
rebuilt and the following work performed: completely disassemble the
three circuit breakers; sandblast, prime, and repaint all painted
surfaces; clean all insulation components and supports; disassemble,
clean, and re-silver plate all current carrying parts; disassemble,
clean, and re-plate all zinc chromate parts; re-assemble and
relubricate the circuit breaker mechanisms to original factory
specifications; clean and test all control components (shunt trip, x
coil, control device, charging motor); rewire the circuit breaker
controls; clean and dry out the arc chute and phase barriers; and
functionally and electrically test the circuit breakers. Item 002, One
(1) JOB for the three ABB 5HK250 switchgear which shall include: for
the frames of the three switchgear: remove all components, insulating
barriers, wiring, and devices; sandblast the structures; prime and
repaint the switchgear structures; reinstall all the components,
insulating barriers, wiring, and devices; install new devices as
required; and functionally and electrically test the three switchgear
with a circuit breaker element installed. The components and devices to
be replaced include: standard terminal blocks, shorting style terminal
blocks; ABB auxiliary switches, mechanism operated; ABB auxiliary
switches, truck operated; control power circuit breakers; breaker
control switches; indicating lights; potential transformers and
associated fuses; and all wiring. The three circuit breakers and the
three switchgear must be remanufactured to the original standards. All
test results shall be provided to the Government. A one year warranty
on all work, labor, and parts for the three circuit breakers and the
three switchgear shall be provided to the Government. The Bureau of
Reclamation will pay for shipping the three circuit breakers and the
three switchgear to the vendor for repair. The vendor shall pay for
shipping all items back to the Bureau of Reclamation, Headgate Rock
Dam, Highway 95, Parker, Arizona 85344. Prices F.O.B. Destination are
required. Deliveries will be accepted at the Bureau of Reclamation,
Headgate Rock Dam between 6:30 a.m. to 5 p.m., Arizona Standard time,
from Monday through Thursday, excluding Federal holidays. The
Government will award a contract resulting from this quotation to the
responsible offeror whose offer conforming to the quotation will be
most advantageous to the Government, price and price-related factors
considered. The following provisions and clauses apply to this
acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items,
FAR 52.212-3, Offeror Representations and Certifications-Commercial
Items (offerors shall provide a completed copy of this provision at
52.212-3 with their quotation); FAR 52.212-4, Contract Terms and
Conditions-Commercial Items with the following clause incorporated by
addendum: Far 52.247-34 F.O.B. Destination; FAR 52.212-5 Contract Terms
and Conditions Required to Implement Statutes or Executive
Orders-Commercial Items with the following applicable FAR clauses for
paragraph (b): 52.222-21 Prohibition of Segregated Facilities;
52-222-26 Equal Opportunity; 52-222-35 Affirmative Action for Disabled
Veterans and Veterans of the Vietnam Era; 52-222-36 Affirmative Action
for Workers with Disabilities; 52.222-37 Employment Reports on Disabled
Veterans and Veterans of the Vietnam Era; 52.225-9 Buy American Act --
Trade Agreements Act -- Balance of Payments Program; and 52.232-34
Payment by Electronic Funds Transfer-Other than Central Contractor
Registration. WBR 1452.225-82 Notice of Trade Agreements Act
Evaluations -- Bureau of Reclamation (OCT. 1998) is incorporated by
reference. DELIVERY TIME: Within 14 weeks after award of order (all
work must be completed and the circuit breakers and switchgear must be
returned to the Bureau of Reclamation, Headgate Rock Dam within 14
weeks after award of order). The resulting purchase order will be a
firm, fixed-price purchase order. All responsible offerors shall submit
quotes by fax to (702)293-8050 or by mail to the Bureau of Reclamation,
P.O. Box 61470, Attn: LC-3131, Boulder City, Nevada 89006-1470 or to
the street address: Bureau of Reclamation, 400 Railroad Avenue, Attn:
LC-3131, Boulder City, Nevada 89005 (Federal Express, etc.). Oral
quotes will not be accepted. Quotations are due by COB June 9, 1999.
Quoters will furnish recent references for similar work with their
quote. Each reference must contain a point of contact and the
applicable telephone number. The Contracting Officer reserves the right
to request additional information needed to make an affirmative
determination of responsibility. (Reference FAR 9.104 and FAR 9.105.).
Upon request, this office will provide the full text of the FAR and
Reclamation provisions and clauses listed herein. The full text of a
FAR provision or clause may be accessed electronically at this address:
http://www.arnet.gov/far/ Contractors are encouraged to review the CBD
from time to time to obtain the current information available such as
amendments to this synopsis/solicitation. Posted 05/21/99
(W-SN334483). (0141) Loren Data Corp. http://www.ld.com (SYN# 0040 19990525\J-0010.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|