MODIFICATION
61 -- purchase of transformers
- Notice Date
- 8/19/2009
- Notice Type
- Modification/Amendment
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3Q2AD9140A002
- Archive Date
- 9/10/2009
- Point of Contact
- Gary Wilson, Phone: (478) 926-7382, Juanita (Nita) S Steinmetz, Phone: (478)926-3695
- E-Mail Address
-
Gary.Wilson@robins.af.mil, Juanita.Steinmetz@robins.af.mil
(Gary.Wilson@robins.af.mil, Juanita.Steinmetz@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. This requirement is full and open competition. (a) NAICS: 335311 (b) NR OF EMPLOYEES: 750 The purchase of three (3) new underground 3 phase transformers are needed to support critical loads for Robins AFB distribution electrical system. The following deliverable items are required per Robins AFB Base Facility Standards. General Requirements: 1 ea. 750 kVA, 1000 kVA, 2000 kVA • 3 phase Voltages: Primary - 12,470V delta, Secondary - 480/277 V Wye. • Pad mount transformers shall be factory painted Brown, Robins AFB #48 (Federal Bronze #20059) • Furnish 1 lock and one key for each transformer installed. Use locks manufactured by Best Lock Corporation, lock number 21B720L-R with core number 8A59, short shank. Keys provided shall be blank and uncut, also manufactured by Best Lock Corporation. (required items) • Unless stated elsewhere, the standard average winding temperature rise of 65 degrees, OA Class should be provided. Do not use forced air cooling to provide KVA capacity for demand load or spare capacity. • (11) Transformers shall have an insulating fluid of the less flammable type, either a high fire point fluid or a silicone fluid. • Dead-front construction. • Load-break connectors • Load-break on-off primary switch • Fuses (side-wall mounted "Bay-O-Net" oil-immersed expulsion fuses in series with coordinated oil-immersed current limiting fuses). Bay-O-Net fuses are to be externally replaceable with a hot stick without opening the transformer tank. • Liquid Level Guage • Thermometer, Dial Type • External tap changer. • Five 2-1/2% high voltage taps, two above and two below rated voltage. • Sufficient clearance for access to drain plugs. • Full height isolating barriers between high voltage and secondary section. Refurbished Transformers with a three (3) year warranty are acceptable Design basis is a Cooper Power Systems 3 phase liquid filled pad mounted transformer and a Square D 3 phase liquid filled pad mounted transformer. Attached design basis is for a 750 kVA transformer. FOB: Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Requested delivery date is 30 days ARO or earlier. The following clauses are applicable to subject solicitation (current through FAC 2005-31 dated 19 Mar 09 and DFARS Change Notice 20081020): FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001 FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.247-34 FOB Destination FAR 52.252-2 Clauses Incorporated by Reference ( http://farsite.hill.af.mil)FAR 52.252-6 Authorized Deviations in Clauses DFAR 252.204-7004 (Alt A) Required Central Contractor Registration. All respondent offerors must be registered in www.ccr.gov in order to be eligible for contract award. DFARS 252.232.7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports.) In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. The full text of a clause may be accessed electronically at this address: http://www.farsite@hill.af.mil. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. The anticipated award date will be 15 September 2009. Quotations should be emailed to gary.wilson@robins.af.mil no later than 26 August 2009 - 4:00 pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3Q2AD9140A002/listing.html)
- Record
- SN01918249-W 20090821/090820001108-fe640af95e4e1ee4b2611a30826e4392 (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 |