Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2010 FBO #3309
SOLICITATION NOTICE

Y -- 15 kV Interrupter Switches With Fuses for Davis SubstationStage 05

Notice Date
12/14/2010
 
Notice Type
Presolicitation
 
Contracting Office
12155 W. Alameda Parkway Lakewood, CO
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-11WG91102
 
Response Due
12/20/2010
 
Archive Date
6/20/2011
 
Point of Contact
Byron D McCollum, Contracting Officer, 602-605-2776,mccollum@wapa.gov;Wynona N Rath, Contract Specialist, 602-605-2874,
 
E-Mail Address
Wynona N Rath, Contract Specialist
(rath@wapa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Brand Name only(justification is attached) commercial items 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; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation DE-RQ65-11WG91102 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-47. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is 100% reserved for small business. The North American Industrial Code (NAICS) is 238210 and the business size standard is $14,000,000.00. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: (QTY: 2/EACH) S&C Alduti-Rupter Switches with Power Fuses Type SM for Vertical Mounting, P/N: 135332R4, Three-Pole Vertical-Break with Disconnect 180 Degree Opening Fuse, and Rated 14.4 kV Nominal, 110kV BIL ITEM 0002: (QTY: 6/EACH) S&C Fuse Holder for Type SM-5 (Fuse Units Not Included), P/N: 86152R2. ITEM 0003: (QTY: 9/EACH) S&C Outdoor SM-5 Fuse Units, Rated 14.4 kV Nominal, P/N: 80E 132125R4. ***Note: Switch operating mechanism and mounting details shall be coordinated with S&C Electric. Switch and fuse assemblies will be mounted on steel structures as shown in the attached drawing, DAD 2606. Delivery is FOB Destination to Davis Dam Substation, Bullhead City, AZ. See attached directions. The following FAR clauses/provisions are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items; FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Oppurtunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination. The following Department of Energy clauses/provisions are applicable to this procurement: DOE-H-1052 LOBBYING RESTRICTION (ENERGY AND WATER DEVELOPMENT AND RELATED AGENCIES APPROPRIATIONS ACT, 2010) The contractor agrees that none of the funds obligated on this award shall be expended, directly or indirectly, to influence congressional action on any legislation or appropriation matters pending before Congress, other than to communicate to Members of Congress as described in 18 US. C. 1913. This restriction is in addition to those prescribed elsewhere in statute and regulation. The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-F-1001 ADVANCE SHIPPING NOTIFICATION REQUIRED (WAPA, MAR 2008) a. Contract line items (CLINs) 0001, 0002, and 0003 must be delivered on one of the following weekdays Monday thru Friday excluding Government holidays, between the hours of 0730-1630, or at a day and time agreed upon by the Government representative(s) named below. b. The Government representative must receive advance notification of the intended shipment at least 24 hours prior to shipment. The contractor shall provide the day and time of delivery, identify the shipper, and provide the telephone number of the shipper's office. Delivery notification is critical because many of Western's delivery locations are unmanned stations located in remote areas that do not have receiving docks or unloading equipment. Proper notification will ensure that Western personnel are on site and have the equipment necessary to unload the shipment. c. If the contractor fails to make the required advance notification, the Government may not be able to receive the equipment. Any additional costs incurred by the Government to properly receive and/or relocate the equipment that are caused by the contractor's failure to provide sufficient advance notification will be charged to the contractor under the terms of this contract. The designated Government representative is: Rick Schuler, 602-605-2487. Referenced FAR clauses are available in full text at: http://farsite.hill.af.mil/VFFARA.HTM. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Written offers and the above required information are due no later than December 20, 2010 by 2:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), Attn: G1523, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Ms. Wynona Rath, Contract Specialist (FAX: 602-605-2483 or e-mail: rath@wapa.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ65-11WG91102/listing.html)
 
Record
SN02343612-W 20101216/101214234134-f793a9f34be0857aed6919d651e8bbd0 (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.