SOLICITATION NOTICE
99 -- Isolation Transformers
- Notice Date
- 3/13/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q3RX3043A001Transformers
- Archive Date
- 5/13/2013
- Point of Contact
- Sequoyah L. Guinn, Phone: 3026775234, Stephanie Smith, Phone: 302-677-5258
- E-Mail Address
-
sequoyah.guinn@us.af.mil, stephanie.smith.19@us.af.mil
(sequoyah.guinn@us.af.mil, stephanie.smith.19@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis and solicitation for 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 and DFARS Change Notice 20130228. This solicitation will be issued as a Small Business Set-Aside IAW FAR 19.502-2. North American Industry Classification System Code (NAICS) 335999 size standard 500 employees. Reference number F1Q3RX3043A001Transformers is issued as a request for quotation (RFQ). IAW FAR 52.204-99, in order to be eligible for contract award, firms must be registered with the System for Award Management (SAM). To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR 52.212-3, Offeror Representations and Certification -- Commercial Items at Website http://www.sam.gov. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Use of the basic system is at NO COST to the contractor and training is available at http://www.wawftraining.com. Description of requirement: 0001 225KVA 3PH 60HZ, Nema 3R enclosed transformer, 480V delta primary with +/-2x2.5% F.C. taps, 480Y/277V secondary, Aluminum wound, 150 C rise, 220 C insulation, Electrostatic shield, Nema TP-1 efficiency, UL listed, CSA approved, or equal to, 2 each 0002 225KVA 3PH 60HZ, Nema 1 enclosed transformer, 480V delta primary with +/-2x2.5% F.C. taps, 480Y/277V secondary, Aluminum wound, 150 C rise, 220 C insulation, Electrostatic shield, Nema TP-1 efficiency, UL listed, CSA approved, or equal to, 4 each Additional Information: Product must be delivered 6 weeks from award date. •2. Equal products are acceptable; if quoting on an alternate system, please include all specifications in the quotation (i.e. brochure). •3. Vendors shall be required to provide a copy of the warranty upon award; an electronic copy is preferred. •4. All vendor questions must be submitted via email to sequoyah.guinn@us.af.mil not later than 3:00pm Eastern on 25 March 2013. FOB: Destination for delivery to Bldg. 550, Atlantic Ave., Dover AFB DE, 19902. The following clauses and provisions apply to this solicitation: FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Price and (2) Delivery. Only firm-fixed price offers will be evaluated. The Government will, from this solicitation, award firm-fixed price contracts that provide the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3 Alt 1, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://ww.sam.gov/. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition on Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50,Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-18, Place of Manufacture FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.247-34, F.o.b. - Destination. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference, http://farsite.hill.af.mil. FAR 52.252-6, 52.252-6 -- Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Work Product DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.211-7003, Item Identification and Valuation DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DAFRS 252.225-7000, Buy American Act and Balance of Payments Program Certificate DFARS 252.225-7001, Buy America Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests, and AFFARS 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregg Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregg.oneal@scott.af.mil.] Concerns, 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 (703) 588-7004, fax (703) 588-1067. DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023 alt III, Transportation of Supplies by Sea Written quotes must be received no later than Thursday, 28 March 2013 at 3:00 pm EST. Prefer quotes to be e-mailed to sequoyah.guinn@us.af.mil ; alternately, fax quotes to (302) 677-2309. If you have questions, please contact Sequoyah Guinn via email or telephone (302) 677-5234. Alternately, you may contact Stephanie Smith at (302) 677-5042.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3RX3043A001Transformers/listing.html)
- Place of Performance
- Address: Bldg 550 Dover AFB DE 19902, Dover, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN03010891-W 20130315/130313234715-5575fd0702caa91621f1d604110313fe (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 |