SOLICITATION NOTICE
61 -- Electrical Service Equipment
- Notice Date
- 4/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- F2A3E30314A001A
- Archive Date
- 4/29/2011
- Point of Contact
- Bryce Edward Pagel, Phone: 7017474891, Jeremiah J Snedker, Phone: (701) 747-5299
- E-Mail Address
-
bryce.pagel@us.af.mil, jeremiah.snedker@us.af.mil
(bryce.pagel@us.af.mil, jeremiah.snedker@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg 418, Grand Forks AFB, ND 58205 intends to acquire electrical service equipment that meets the following specifications or equal: 1. Main Service Equipment. MSE shall have the following: Unit shall be bottom fed with 1200 amp 120/208 main disconnect breaker with six barrel lug per phase for 250Kcm conductors. MSE shall be suitable for use as service equipment (NEC 230.66) and marked to identify it as such. Bus shall be copper and rated 1200 amperes with not less than 65,000 amperes fault current. Grounded conductor (neutral) bus shall have six barrel lug for 250Kcm conductors, 3/0 lugs for electrode grounding conductor and provisions for disconnecting (NEC 230.75). Copper ground bus for equipment ground will be connected to equipment frame and will have bonding jumper for grounded circuit conductor. All breakers, switches, and feed points shall have a minimum wire bending space (NEC 300.34). Unit requires at least 16 inches at bottom of feed points. If gear is in two sections, the 1200 amp space bottom feed shall be in the right hand section. There shall be breaker space available for future air conditioning load. Bottom conduit entry shall be sufficient for 6ea 4 inch conduits. Load circuits shall have space on top, on the side and bottom for conduit entry and wire bending space. Unit to include two 800 amp breakers; One 800 amp breaker with two barrel lugs for 500Kcm THHN conductors. This will feed the ATS (generator automatic transfer switch). The second 800 amp breaker with two barrel lugs for 500Kcm THNN conductors at the top for connection to the bypass switch in the MDP. These breakers shall have a keyed interlock system preventing more than one being energized. There shall be space for at least two additional breakers. 2. Main Distribution Panel. MDP to have the following: MDP shall have copper 800 amp bus, bottom feed through (unfused) 4 pole (800amp) isolation switch (or 4 pole breaker) from generator ATS. (three phases plus grounded conductor (neutral). A second 4 pole (800amp) isolation switch (or 4 pole breaker) near the top of the MDP is for connecting to the bypass breaker in the MSE. These two isolation switches (breakers) shall have a keyed interlock system preventing more than one switch (breaker) being on at a time. There shall be two 400amp breakers installed. One 400 amp breaker is for building power and the other 400 amp breaker is for UPS power. There shall be space for at least one additional breaker. Isolation switches, load circuits and breakers shall have space on top, on the side and bottom for conduit entry and wire bending. The copper ground bus shall be connected to the equipment frame. This solicitation is small business set-aside. The solicitation reference number is F2A3E30314A001A and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. The NAICS code for the acquisition is 423610 and the size standard is 500 employees. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with specifications, and provides the lowest price found technically capable. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text, see prescription for use; FAR 52.212-1. Offerors must be able to provide a copy of their annual representations and certificates electronically on the ORCA website at http://orca.bpn.gov; FAR 52.212-2, Evaluation Commercial Items: Price and ability to meet Specifications; FAR 52.212-3 Offerors 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 Deviation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.232-1, Payments; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses. In accordance with DFARS 252.204-7004, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.212-7001, Contract Terms and Conditions (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.232-7010, Levies on contract payments. AFFARS 5352.201-9101 OMBUDSMAN (AUG 05) - a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 6225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. AFFARS 5352.242-9000 Contractor Access to Air Force Installations (August 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and SFS Form 74 to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Offers should be sent via e-mail, but may be sent in writing or by fax, to the Purchasing Agent, SrA Bryce Edward Pagel and Mr. Jeremiah Snedker, no later than 4:00 P.M. (CST) on 14 April 2011 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND. 58205 ATTN: SrA Bryce Edward Pagel and Mr. Jeremiah Snedker. For more information email bryce.pagel@us.af.mil or call at # 701-747-4891 and jeremiah.snedker@us.af.mil or call at # 701-747-5299. Fax # 701-747-4215. BRYCE EDWARD PAGEL, SRA, USAF 319 CONF/LGCA, Grand Forks AFB, ND Contract Specialist (701) 747-4891 (701) 747-4215 FAX
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/F2A3E30314A001A/listing.html)
- Place of Performance
- Address: Grand Forks AFB, ND 58205, Grand Forks AFB, North Dakota, 582056436, United States
- Zip Code: 56436
- Zip Code: 56436
- Record
- SN02419812-W 20110409/110407234839-475da0a8f331466916890d8c73cca5fb (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 |