Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353

Bureau 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