SOLICITATION NOTICE
61 -- 145-kV Disconnect Switches for Glen Canyon Substation - Stage 08 - Combined Synopsis/Solicitation with Specs and Drawings
- Notice Date
- 7/19/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
- ZIP Code
- 00000
- Solicitation Number
- DE-RQ65-11WG93208
- Archive Date
- 8/19/2011
- Point of Contact
- Athena M. Bonner, Phone: 6236052646
- E-Mail Address
-
bonner@wapa.gov
(bonner@wapa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitiation with Specifications and Drawings. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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-RQ65-11WG93208 is issued as a Request for Quotation (RFQ). You may submit your written quote on company letterhead or Standard Form 1449. The solicitation document and incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular 2005-53. This solicitation is 100% small business set-aside. The North American Industrial Code (NAICS) is 335313 and the business size standard is 750 employees or less. A fixed price contract will be awarded using Simplified Acquisition Procedures. In accordance with the attached specifications, the U.S. Department of Energy, Western Area Power Administration, Desert Southwest Customer Service Region requires: CLIN 1001 - SWITCH, DISCONNECTING, manual worm gear-operated, with manual worm gear operated three-pole grounding switch, designated 171 (YY1A)-170 (ZY1A); 145-kV, 1200 Amp, three-pole, single-throw, outdoor, 60 Hz, 5 year warranty, operator on the left side, with mechanical interlocks, and key interlock on ground switch 170(ZY1A) with 271(YY1B) [CLIN 1004] - 1 Each CLIN 1002 - SWITCH, DISCONNECTING, manual worm gear-operated, designated 273(WY1B); 145-kV, 1200 Amp, three-pole, single-throw, outdoor, 60 Hz, 5 year warranty, operator on the left side. Identical to item 1001, except without ground switch and interlocks. - 1 Each CLIN 1003 - SWITCH, DISCONNECTING, manual worm gear-operated, designated 173(WY1A); 145-kV, 1200 Amp, three-pole, single-throw, outdoor, 60 Hz, 5 year warranty, operator on the right side. Identical to item 1002, except operator location. - 1 Each CLIN 1004 - SWITCH, DISCONNECTING, manual worm gear-operated, designated 271(YY1B); 145-kV, 1200 Amp, three-pole, single-throw, outdoor, 60 Hz, 5 year warranty, operator on the right side. Identical to item 1003, except for key interlock with ground switch 170(ZY1A) [CLIN 1001] - 1 Each CLIN 1005 - SPARE INSULATORS, for the above 145-kV switches, per attached specifications. -4 Each NOTES: 1. All CLINs shall be awarded to only one Manufacturer/Supplier providing equipment from a single switch manufacturer. 2. REQUIRED DELIVERY DATE: The CLINs are required to be delivered no sooner than 11/15/2011 and no later than 12/15/2011. 3. Delivery Location: Glen Canyon Substation, near Page, Arizona 86040. 4. The Government may retain/holdback up to twenty (20) percent of the invoice and final payment will not be made until all final drawings, as-builts, operation and maintenance manuals, and any other data required under the contract have been delivered to and accepted by the Government, per clause WES-H-1002. 5. Proposal/Offer Documentation: The prospective Contractor shall furnish three sets of the following drawings and data for the specific equipment in order for the Contractor's proposal/offer to be considered complete. Electronic submittals are acceptable. This documentation is required to verify compliance with respect to the specifications. Such documentation shall be clearly annotated to indicate the specific equipment proposed. - Catalog data sheets, including detailed ratings and dimensions, - Other data as needed to confirm compliance with the technical requirements, - Warranty terms and conditions The following clauses and provisions apply to this solicitation: 52.212-1, Instructions to Offerors -- Commercial. Please submit the product information, manufacturer and part number of item you will be supplying. FOB Destination to Glen Canyon Substation, near Page, Arizona 86040. 52.212-2, Evaluation -- Commercial Items. The Government intends to award to the responsible contractor whose quotation is the most advantageous to the Government, considering price and price-related factors, technical compliance and delivery schedule. Technical specification compliance and delivery schedule when combined are equal when compared to price. 52.212-3, Offeror Representations and Certifications -- Commercial Items. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA). Contractor shall acknowledge in their quote that their ORCA (Online Representation and Certification Application) is current and up to date, located at: https://orca.bpn.gov/. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. 52.212-4, Contract Terms and Conditions -- Commercial Items and addenda to the clause. WES-H-1002 RETAINAGE/HOLDBACK FOR UNDELIVERED DATA (WAPA, APR 2009) The Government may retain/holdback up to 20% percent of invoice and final payment will not be made until all final drawings, as-builts, operation and maintenance manuals, and any other data required under the contract have been delivered to and accepted by the Government. 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items. The following additional FAR clauses cited in the clause are applicable to the acquisition. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; 52.219-6 Notice of Total Small Business Aside; 52.222-19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-50 Combating Trafficking in Persons; 52.223-15 Energy Efficiency in Energy-Consuming Products; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-4 DEV Buy American Act - North American Free Trade Agreement Certificate (PMA Deviation) 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. 52.247-34 FOB Destination. WES-F-1001 ADVANCE SHIPPING NOTIFICATION REQUIRED (WAPA, MAR 2008) a. All Contract line items must be delivered on one of the following weekdays _ Monday-Friday __ excluding Government holidays, between the hours of _ 8am-2pm __, 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 _ 7 days _ 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, tel: 602-605-2487. WES-H-1050 SAFETY AND HEALTH - HIGH RISK (WAPA, MAY 2005) In performing the work required by this contract, the Contractor shall comply with all applicable Federal, State, or local safety, health, or industrial safety codes including the latest effective standards promulgated by the Department of Labor, Occupational Safety and Health Administration; Safety and Health Standards 29 CFR 1910, 29 CFR 1925; and the Construction Safety and Health regulations promulgated under Section 107 of the Contract Work Hours and Safety Standards Act, 29 CFR 1926. If there is a conflict between the requirements of the applicable Federal, State, or local safety, health, or industrial safety codes, the more stringent requirements shall prevail. For any cranes used in the performance of this contract, a copy of the crane inspection records shall be furnished to Western's on-site representative prior to the performance of work. The United States is liable only for negligence on the part of its employeees in accordance with the Federal Tort Claims Act, as amended. Prior to starting work, an on-site safety meeting shall be held with Western's representative to address and discuss safety procedures related to the work required. In addition, the contractor agrees to the following requirements: 1. A hazard evaluation will be developed for each major work component. 2. The Contractor agrees that Western has the right to remove any supervisor that does not adhere to said requirements. WES-E-1002 DELAYED ACCEPTANCE (WAPA, JAN 2008) Acceptance of all work and/or materials under this contract (including reports, if any) shall be accomplished by the Contracting Officer, or his or her duly designated representative. The Government requires up to sixty (60) calendar days from the date of receipt to perform final acceptance of delivered units. WES-H-1020 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, APR 2011) If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written offers and the above required information are due July 22, 2010 by 2:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43 rd Avenue), Attn: Athena Bonner, Phoenix, AZ 85005-6457. Faxed responses may be addressed to Ms. Athena Bonner, Contract Specialist (FAX 602-605-2483) or email to bonner@wapa.gov. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a quote, which will be considered by the agency. Attachment(s): Attachment A - Technical Specification, 145-kV Disconnect Switches for Glen Canyon Substation - Stage 08. Dated May 9, 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3d05e3d7701504f00ccfee558b16351a)
- Place of Performance
- Address: Glen Canyon Substation, Page, Arizona, United States
- Record
- SN02503233-W 20110721/110720001203-3d05e3d7701504f00ccfee558b16351a (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 |