Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

66 -- Electrical Test Equipment

Notice Date
8/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Pacific Northwest Regional Office, Boise, ID 83706
 
ZIP Code
83706
 
Solicitation Number
R12PS10075
 
Response Due
9/7/2012
 
Archive Date
3/6/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is R12PS10075 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60. The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-09-07 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Yakima, WA 98901 The Bureau of Reclamation requires the following items, Brand Name or Equal, to the following: LI 001, MULTI-FUNCTION PRIMARY TEST SET w/ SOFTWARE: Test Set Hardware, Portable primary main unit, weighing no more than 70 lbs, no more than 24? W x 24? H x 12? D, Output 800A AC for 25 seconds at 4,800VA, Output 400A DC for 2 minutes at 2,600VA, Output 2 kV AC for 1 minute at 2,500VA, Variable AC frequency range of 15 to 400 Hz from 130 V AC to 2kV AC input, Safety key lock with separate emergency stop button, Operable from front panel and PC software, LCD display, USB memory stick connection, Integrated PC saving information that is easy to download to external PC, Capable of the following routine tests: CT Ratio Burden CT Burden CT Excitation Winding Resistance Voltage Withstand CT Ratio V CT Ratio Rogowski CT Ratio Low Power VT Ratio and Polarity VT Burden Electronic Voltage Transformer Power Transformer Ratio (per Tap) Power Transformer Leakage Reactance Resistance and Continuity of on-load tap changer (per Tap) Resistance micro-ohm measurement Earth Ground Resistance Main Unit Expandability with extended range test accessory for the following additional tests (without the addition of another primary test unit): Power/dissipation factor test, Cable line impedance, Grounding system analysis, Rotating machine diagnostics Testing Software: Reporting of the above routine tests Ability to download data into Microsoft Office software Operational with Windows XP, Windows Vista and Windows 7 Accessories: All needed cables, test leads, test cards to perform above routine tests and two sets of documentation to be provided OMICRON PART NUMBER CPC 100, OR EQUAL., 1, EA; LI 002, CURRENT BOOSTER: Portable unit, weighing no more than 40 lbs, Output up to 2,000A at 5,000VA, Operable without modification of main test unit OMICRON PART NUMBER CB2, 1, EA; LI 003, POLARITY CHECKER: Typical measuring range 5mV to 300V at 40 to 60Hz, Operable without modification of main test unit OMICRON PART NUMBER CPOL, OR EQUAL., 1, EA; LI 004, WHEELED TRANSPORT CASE: for CPC 100 test set, OR EQUAL., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Bureau of Reclamation intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Bureau of Reclamation is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3006ffe7fa3b245a2e705c1865f04d02)
 
Place of Performance
Address: Yakima, WA 98901
Zip Code: 98901-2058
 
Record
SN02860737-W 20120831/120830000359-3006ffe7fa3b245a2e705c1865f04d02 (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.