Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2006 FBO #1630
SOLICITATION NOTICE

61 -- Shore Power Switchboards

Notice Date
5/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC PUGET SOUND, 467 W STREET, BREMERTON, WA, 98314-5000
 
ZIP Code
98314-5000
 
Solicitation Number
N00406-06-R-6115
 
Response Due
6/29/2006
 
Archive Date
8/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Fleet and Industrial Supply Center Puget Sound (FISCPS), in support of U.S. Naval Ship Repair Facility Yokosuka, Japan, is soliciting for a firm, fixed price, supply type contract for three each shore power switchboards. Switchboard #1 consists of three units as follows: One unit is the shore power section, which will contain framing and mounting blocks for five (5) AQB-LL400QS 400 amp rating breakers, mounted vertically in the bottom of the shore power switchboard section, with auxiliary contacts and under voltage release coils. The other two (2) units contain framing and mounting blocks for four (4) AQB-L253 breakers, and 14 fused AQB-A103F breakers with fused mounting blocks, mounted horizontally, top to bottom. Switchboard #2 consists of two units as follows: the shore power unit will contain framing and mounting blocks for three (3) AQB-LL400QS and one (1) AQB-LL400QM circuit breakers, mounted horizontally in the bottom of the shore power switchboard section, with auxiliary contacts and under voltage release coils. The distribution unit will contain ten (10) fused AQB-A103F breakers and three (3) AQB-L253 breakers, mounted horizontally, top to bottom. Switchboard #3 consists of three units as follows: one unit is the shore power section, which will contain framing and mounting blocks for five (5) AQB-LL400QS 400 amp rating breakers, mounted vertically in the bottom of the shore power switchboard section, with auxiliary contacts and under voltage release coils. One distribution unit contains framing and mounting blocks for eighteen (18) AQB-A103 breakers, mounted vertically in the top section. The bottom row shall have two (2) breakers installed and four (4) shall be blanked. The bottom section will contain framing and mounting blocks for nine (9) AQB-L253 breakers, mounted vertically. The final unit contains framing and mounting blocks for six (6) AQB-L253 breakers, mounted vertically from the top in three (3) rows; the bottom of the unit will contain one (1) row of two (2) AQB-L400QM circuit breakers. All breakers for the three switchboards and their associated units are 3 pole, 460 volts AC, 60 Hz rating. Delivery to Travis AFB, CA is required on or before 1 December 2006. The noncommercial solicitation will be issued as a small business set-aside and posted on or about 30 May 2006 with a closing date of 29 June 2006. When issued, the RFP will be posted on the Navy Electronic Commerce Online (NECO) web link www.neco.navy.mil. All offerors wishing to submit an offer are responsible for downloading their own copy of the RFP from this website and to frequently monitor the site for any amendments to the RFP. No telephone or fax requests for the RFP package will be accepted. An email request to joshua.c.carter@navy.mil will be accepted in the event an offeror experiences problems downloading the RFP from the NECO website. Please do not call with questions regarding the posting of the solicitation on NECO until after the posting date, 30 May 2006. This office will maintain no bidder list. No paper copies of the RFP / amendments will be mailed. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of quotes may render your quote nonresponsive and result in rejection of the same. To be procured using acquisition procedures in accordance with FAR Part 15. Offers will be evaluated on the basis of best value to the Government, that is, selection of the contractor is to be based on other than the lowest priced, technically acceptable offer. Award will be made to the technically acceptable offer, which provides the best value to the Government, past performance, and price considered. Electronic submission of proposals/quotes is not available at this time.
 
Record
SN01047442-W 20060514/060512221143 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.