Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2010 FBO #3200
SOLICITATION NOTICE

66 -- Primary Injection Breaker Test Set

Notice Date
8/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
RTP Procurement Operations Division (D143-01) Research Triangle Park, NC 27711
 
ZIP Code
27711
 
Solicitation Number
PR-NC-10-10805
 
Response Due
9/10/2010
 
Archive Date
10/10/2010
 
Point of Contact
CHRISTIAN V. FORD-CANNON, Placement Contracting Officer, Phone: 919-541-3651, E-Mail: vanenwyck.adam@epa.gov
 
E-Mail Address
CHRISTIAN V. FORD-CANNON
(vanenwyck.adam@epa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number PR-NC-10-10805 is being issued as a Request for Quotations (RFQ) using the Simplified Acquisition Procedures in accordance with FAR Part 13. The solicitation document, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44. All responses from responsible sources will be fully considered. The U.S. Environmental Protection Agency intends to solicit and award a firm-fixed price contract under Federal Acquisition Regulation (FAR) 13. This solicitation is a total small business set-aside. The North American Industry Classification System (NAICS) code is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals and the business size standard 500 employees. The requirement being solicited is for a Primary Injection Circuit Breaker Test Set for use at USEPA facility in Research Triangle Park, NC. CLIN 0001: Primary Injection Circuit Breaker Test Set. Quantity is 1 and unit of issue is Each. This test unit shall perform the following functions:a)Be able to test circuit breakers up to 4000 Ampere Frame size (45 KVA continuous)b)Be able to test low voltage, molded case and metal clad direct acting AC circuit breakers from various manufacturersc)Have a digital memory ammeter controllerd)Outfitted with rugged solid copper universal and horizontal output stabse)Be of rugged, reliable and easy to use constructionf)Have programmable output phase angle with SCR controllerg)Have current hold features that can be regulated for long time testingh)Be a mobile test unit with locking swivel castorsi)Input can be 208-240 Vac or 480 Vac with +/- 10%j)ON times that can be presetk)Motorized vernier with manual overridel)Have a serial port interfacem)Provide on site training and instruction for test unitn)Must be able to test the following circuit breaker types:oCutler Hammer Magnum DS?oCutler Hammer DS-II 840, DS-II 632, DS-II 508, and DS-II 516oGeneral Electric AKRoSquare D SE Electronic Trip Delivery Location:USEPA-RTP Warehouse4930 Page RoadDurham, NC 27703 FOB: Destination; Delivery 60 days upon receipt of order (URO). It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All quoters must submit representations and certifications in accordance with these clauses and provisions. FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR provisions are applicable:; FAR 52.252-1, Solicitation Provisions Included by Reference. FAR 52.212-3, Quoter Representations and Certifications - Commercial Items is also applicable and can be downloaded from the internet: http://farsite.hill.af.mil/ or from http://orca.bpn.gov, if registered in ORCA (On-line Representations and Certifications Application). Quoters are required to complete all necessary representations indicated in FAR 52.212-3. The following FAR clauses are applicable: FAR 52.252-2, Clauses Included by Reference; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; The following clauses within FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, are applicable to this acquisition through the latest FAC: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-15, 52.225-3 Alternate I, 52.225-13, 52.232-33. Quoters that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. Instructions to Quoters(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition are listed within this combined synopsis/solicitation. The small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is also 500 employees.(b) Submission of quotes. Fax or e-mail the quotation to the point of contact specified within this solicitation at or before the due date. As a minimum, the quotation must show --(1) The solicitation number;(2) The name, address, DUNS number, telephone number, and e-mail address of the quoter;(3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;(4) Terms of any express warranty;(5) Price and any discount terms;(6) ?Remit to? address, if different than mailing address;(7) A completed copy of the representations and certifications at FAR 52.212-3 or a statement that the quoter has completed annual representations and certificates electronically at http://orca.bpn.gov for the subject NAICS code. (c) Period for acceptance of quotations. In compliance with the solicitation, the quoter agrees, if this quote is accepted within 60 calendar days from the date specified in the solicitation for receipt of quotes, to furnish any or all items upon which prices are quoted at the price set opposite each item, delivered at the designated point(s), within the time specified in the Schedule. (d) Data Universal Numbering System (DUNS) Number. (Applies to quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The quoter shall include with its quotation the annotation ?DUNS? or ?DUNS+4? followed by the DUNS or DUNS+4 number that identifies the quoter?s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.(e) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any purchase order/contract resulting from this solicitation. If the Quoter does not become registered in the CCR database by the time the Contracting Officer is ready to make award, the Contracting Officer will proceed to award to the next otherwise successful registered Quoter. Quoters may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. The Government will award purchase order resulting from this RFQ to the responsible quoter whose quote, conforming to the RFQ including all technical/salient characteristics listed above, is the lowest priced. All questions must be sent via email to point of contact Adam VanEnwyck at vanenwyck.adam@epa.gov. Questions shall be submitted no later than 12:00 PM EDT, 1 September 2010. All quotes must be sent via email to point of contact Adam VanEnwyck at vanenwyck.adam@epa.gov. Quotes shall be submitted no later than 12:00 PM EDT, 10 September 2010. Contracting Office & Place Of Procurement:US EPAOARM Service CenterRTP, Procurement Operations DivisionResearch Triangle Park, NC 27711 Primary Point of Contact:Adam VanEnwyckContract SpecialistVanenwyck.adam.@epa.govPhone: 919-541-3651 Secondary Point of Contact:Cris Ford-CannonContract OfficerFord-cannon.cris@epa.govPhone: 919-541-2147
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/PR-NC-10-10805/listing.html)
 
Record
SN02257923-W 20100829/100827235306-b742517bb93f32f52a4b3990c58f42b2 (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.