|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430FISC Norfolk Acq Group, Hampton Roads Detachment, 1968 Gilbert St.,
Suite 600, Norfolk, VA 23511-3392 59 -- ELECTRICAL EQUIPMENT, PADMOUNT DISTRIBUTION TRANSFORMERS SOL
N00189-99-T-H617 DUE 092299 POC David C. Zareczny, Contracting Officer,
Code 202A2A, (757) 443-1431 This is a combined synopsis/solicitation
for commercial items prepared in accordance with the format prescribed
in Subpart 12.6 of the FAR, as supplemented with additional
information included in this notice. This announcement constitutes the
request for quote for the required item. Proposals are hereby
requested under RFQ N00189-99-T-H617, a subsequent solicitation
document will not be issued. FISC Acquisition Department intends to
purchase on a full and open competitive basis the following items,
Padmount Distribution Transformers. The following specifications apply
to all transformers, Primary Voltage 12470 Delta, All copper windings
primary and secondary, Transformer must meet all ANSI standards, Loop
feed, Four lifting lugs, 60 HZ, Dead Front, Taps 2 @ 2.5% above @ 2 @
2.5% below, Temperature rise: 65 deg.C, Divider partition (High/Low
Barrier) to separate primary and secondary compartments, Transformer
must be provided with two (2) doors; one primary for the primary
compartment and one for the secondary compartment, two " pinta-head
bolts must be removed from the flange formed on the steel high/low
barrier before the high voltage door can be opened, Pad lock handle
entry on secondary door, Secondary termination: 4-hole spades, All
primary and secondary bushings must be enclosed, Fusing: Bay-o-net oil
immersed explusion fuse, Switching: 300A two-position (on/off) gang
operated oil immersed loadbreak switch., Inserts and bushing wells
standard, Must come with grounding lugs for primary and secondary,
Pressure relief valve and fill plug, HV warning sign, Drain Valve, Must
provide MSDS for contents of transformer, Must provide P.C.B. test
data, Transformer must contain no more than one part per million (1PPM)
PCB and labelled to indicate non-PCB, Must come with stainless steel
data plate with all transformer information on plate. The following ten
(10) items list qty's and sizes, (1) 2 each, 1 Phase, 100KVA, Secondary
Voltage 120/240, (2) 2 each, 1 Phase, 167KVA, Secondary Voltage
120/240, (3) 1 each, 3 Phase, 75KVA, Secondary Voltage 120/208, (4), 1
Each, 3 Phase, 112.5KVA, Secondary Voltage 120/208, (5) 1 each,
3-Phase, 150KVA, Secondary Voltage 120/208, (6) 1 each, 3 Phase,
225KVA, Secondary Voltage 120/208, (7) 1 each, 3 Phase, 300KVA,
Secondary Voltage 120/208, (8) 1 each, 3-Phase, 500KVA, Secondary
Voltage 120/208, (9) 2 each, 3-Phase, 500KVA, Secondary Voltage 480,
(10) 1 each, 3-Phase, 500KVA, Secondary Voltage 480/277. Suggested
source Cooper Power Systems of East Stroudsberg, PA. Delivery will be
90 Days or sooner. FOB Point is Destination to Norfolk, VA 23511,
Marked for Overseas Installation, Items should be packaged for overseas
transit. Offers other than FOB Destination shall be ineligible for the
award.The following FAR provisions and clauses apply to this
solicitation and are incorporated by reference: FAR 52.212-1
Instructions to Offerors-Commercial Items (JUN 1999), FAR 52.212-3
Offeror Representations and Certifications-Commercial Items ( JUN
1999), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (MAY
1999), FAR 52.212-5 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders (MAY 1999), The following numbered
subparagraphs under paragraph (b) of this apply: (6), (7), (8), and
(9), FAR 52.215-5 Facsimile Proposals (OCT 1997), FAR 52.232-33 Payment
By Electronic Funds Transfer-Central Contractor Registration (MAY
1999). The RFQ document, (N00189-99-T-H617), provisions and clauses
which have been incorporated are those in effect through FAC 97-12. The
following Defense FAR Supplement (DFAR) provisions and clauses apply to
this solicitation and are incorporated by reference, with the exception
of DFAR 252.204-7004 which will be in full text. DFAR 252.225-7000 Buy
American Act -Balance of Payments Program Certificate (DEC 1991), DFAR
252.212-7001 Contract Terms and Conditions Required To Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items (MAR 1998):The following clause under paragraph (b) of
this clause apply, DFAR 252.225-7001 Buy American Act and Balance of
Payments Program (MAR 1998), DFAR 252.204-7004, (MAR 1998), Required
Central Contractor Registration, (a) Definitions. As used in this
clause -- (1) "Central Contractor Registration (CCR) database" means
the primary DOD repository for contractor information required for the
conduct of business with DOD. (2) "Data Universal Numbering System
(DUNS) number" means the 9-digit number assigned by Dun and Bradstreet
Information Services to identify unique business entities. (3) "Data
Universal Numbering System +4 (Duns+4) number" means the Duns number
assigned by Dun and Bradstreet plus a 4-digit suffix that may be
assigned by a parent (controlling) business concern. This 4 digit
suffix may be assigned at the discretion of the parent business concern
for such purposes as identifying subunits or affiliates of the parent
business concern. (4) "Registered in the CCR database" means that all
mandatory information, including the DUNS number or the Duns +4 number,
if applicable, and the corresponding Commercial and Government Entity
(CAGE) code, is in the CCR database; the DUNS number and the CAGE code
have been validated; and all edits have been successfully completed.
(b) (1) By submission of an offer, the offeror acknowledges the
requirement that a prospective awardee must be registered in the CCR
database prior to award, during performance, and through final payment
of any contract resulting from this solicitation, except for awards to
foreign vendors for work to be performed outside the United States.(5)
The offeror shall provide its DUNS or, if applicable, its DUNS +4
number with its offer, which will be used by the Contracting Officer to
verify that the offeror is registered in the CCR database. (6) Lack of
registration in the CCR database will make an offeror ineligible for
award. (7) DOD has established a goal of registering an applicant in
the CCR database within 48 hours after receipt of a complete and
accurate application via the Internet. However, registration of an
applicant submitting an application through a method other than the
Internet may take up to 30 days. Therefore, offerors that are not
registered should consider applying for registration immediately upon
receipt of this solicitation. (c) The contractor is responsible for the
accuracy and completeness of the data within the CCR, and for any
liability resulting from the Government's reliance on inaccurate or
incomplete data. To remain registered in the CCR database after the
initial registration, the contractor is required to confirm on an
annual basis that its information in the CCR database is accurate and
complete. (d) Offerors and contractors may obtain information on
registration and annual confirmation requirements by calling
1-888-227-2423, or via the Internet at http://ccr.edi.disa.mil.. As a
minimum, responsible sources should provide this office: a price
proposal on letterhead or a SF1449 for the requested items, with unit
prices, extended prices, prompt payment terms, remittance address, Tax
I.D. #, Duns #, Cage code, and a completed copy of FAR 52.212-3.
Responses to this solicitation are due by September 22,1999. Offers can
be faxed to (757-443-1389/1333) or mailed to; Acquisition Department,
Fleet & Industrial Supply Center, 1968 Gilbert St., Suite 600, Attn:
David C.Zareczny, Code 202A2A, Norfolk, VA.23511-3392. Reference RFQ
N00189-99-T-H617, on your proposal. Posted 09/09/99 (W-SN378571).
(0252) Loren Data Corp. http://www.ld.com (SYN# 0375 19990913\59-0006.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|