Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2013 FBO #4270
MODIFICATION

61 -- Electrical Transformer

Notice Date
8/1/2013
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0RH3170A001
 
Archive Date
8/17/2013
 
Point of Contact
Robert Frandsen, Phone: 6713664686, Lou Guerrero,
 
E-Mail Address
robert.frandsen.1@us.af.mil,
(robert.frandsen.1@us.af.mil, /div)
 
Small Business Set-Aside
Total Small Business
 
Description
***AMENDMENT #1*** This amendment adjusts the quanitity of this solicitation from one (1) three phase pad-mounted transformer to two (2) three phase pad-mounted transformer. The proposed change is reflected below in the original document. The point-of-contact for questions, concerns, and quotation submittal has changed to SSgt Rob Frandsen at robert.frandsen.1@us.af.mil or 671-366-4686 22 July 2013 36th Contracting Squadron Andresen AFB, Guam Unit 14040 Building 22026 APO AP 96543-4040 NAICS Code: 335311 - Power, Distribution, and Specialty Transformer Manufacturing Subject: Electrical Transformer Solicitation Number: F1C0RH3170A001 Closing Response Date: 08 August 2013 4:30 PM EST Points of Contact: SSgt Robert Frandsen (671) 366-4686 robert.frandsen.1@us.af.mil Ms. Lou Guerrero (671) 366-2192 maria.leon_guerrero.1@us.af.mil Contract Line Items: 0001 - Electrical Transformer Description: I. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. II. Solicitation number F1C0RH3170A001 is issued as a request for quotation (RFQ). III. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68. VI. This acquisition is reserved exclusively for small business participation, IAW FAR 19.502-2. The applicable NAICS is 335311 (Power, Distribution, and Specialty Transformer Manufacturing) and the small business size standard for this code is 750 employees. VII. Andersen AFB, Guam requires TWO (2) 500 Kilo Volt Amperes (KVA), three (3) phase, pad mounted transformer with the follow details: o 60 Hertz frequency, with mineral or synthetic oil as an insulating fluid o Copper must be the Primary and Secondary conductor material o A two position load-break (open and close) switch o Cabinet hardware should be Penta-head cabinet door bolts o Over-current protection must be included o Primary voltage must be 13800 Volt Delta, Primary configuration must be Dead Front loop feed, Efficiency Standard must be DOE 2010, 10 CFR Part 431 (this is part is standard not necessarily a company part) o Secondary voltage must be 120-208 volt o Gauges and Fittings must be liquid level gauge pressure/vacuum o Drain valve o Pressure relive device (35 SCFM) o Fill valve and Schrader Valve o Standards must meet the following: DOE 2010, IEEE, NEMA and ANSI o A 5 Position Tap Changer; taps must be 2-2.5% taps above 2-2.5% taps below nominal o Primary bushings need to be 200 Amp bushing well o Coating must be Green (Munsell 7GY 3.29/1.5) o Topcoat and cashing must be NEMA 3R for outdoor CLIN Descriptions Qty. U/M 0001 Electrical Transformer 2 each **Shipping must be included in CLIN 0001** IX. Shipping Destination Defense Distribution Depot, San Joaquin Tracy Depot, CCP WHSE.30 25600 South Chrisman Road Tracy, CA 95376-5000 X. Technical Specialist: MSgt Jorge Diaz-Morales PACAF 554 RHS/DOP Andersen Air Force Base, Guam E-Mail: jorge.diazmorales@us.af.mil DSN: 362-6111 / COMM: (671) 362-6111 FAX: N/A IX. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. X. The Lowest Price Technically Acceptable (LPTA) source selection process will be used. The Government will award a contract resulting from this solicitation to the responsible concern whose quote conforming to the solicitation has the lowest overall evaluated price inclusive of shipping. To be acceptable for award, the quoted product must meet or exceed the characteristics listed in item "VI" above. XI. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. XII. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. XIII. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. These additional FAR provisions and clauses cited within the clause at 52.212-5 are applicable to this acquisition: a) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). b) Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). c) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). d) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). e) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) f) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) g) 52.219-6, Notice of Total Small Business Aside (Nov 2011) h) 52.219-28, Post Award Small Business Program Representation (Apr 2012) i) 52.222-26, Equal Opportunity (Mar 2007) j) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). k) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) l) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) m) 52.225-1, Buy American Act--Supplies (Feb 2009) n) 52.212-2, Buy American Act Certificate (Feb 2009) o) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) p) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) q) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) with its Alternate I r) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation XIV. The following provisions and clauses also apply to this acquisition: a) FAR 52.204-99 - System for Award Management Registration b) DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials c) DFARS 252.225-7001 Buy American and Balance of Payments Program d) DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports XV. A Defense Priorities and Allocations System (DPAS) rating has not been assigned to this acquisition. XVI. Quotes must be emailed to 2d Lt Andrew Ferris at andrew.ferris@us.af.mil. Quotes are due on 02 August 2013 at 4:30 PM EST. XVII. Please send any questions to the previous listed email or call (671) 366-1723 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0RH3170A001 /listing.html)
 
Place of Performance
Address: 554 RHS - F1C0RH, UNIT 14014, BLDG 21016, ANDERSEN AFB, YIGO, Guam, 96929, United States
Zip Code: 96929
 
Record
SN03133975-W 20130803/130801235249-cbbdd7aab1d5c5bc8d3efdbac6f006ab (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.