Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2018 FBO #6014
SOLICITATION NOTICE

61 -- 270 VDC Ground Power Supply - RFQ

Notice Date
5/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AK8086B001
 
Archive Date
6/9/2018
 
Point of Contact
Julie Maxwell, Phone: 6612773932, Tylan J. McBride, Phone: 661-277-2704
 
E-Mail Address
julie.maxwell@us.af.mil, tylan.mcbride.2@us.af.mil
(julie.maxwell@us.af.mil, tylan.mcbride.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). Description: Air Force Test Center (AFTC) Contracting Directorate, Edwards Air Force Base, Ca is seeking to purchase eight (8) 270 VDC Ground Power Supply Units. The NAICS code for this requirement is 335312. This Request for Quote (RFQ) includes a detailed explanation of the requirement: Quantity Unit Item Description (Salient Characteristics) 8 Each 270VDC Input Voltage: 480V/3ph/60Hz Input Connection: 3 Pole, Thermal Mag Trip Circuit Breaker Output 1A Power rating: 72KW (main) Output 1B Power rating: 0.42W (interlock) Output 1A Voltage: 270VDC (Two Wire Configuration) Output 1B Voltage: 28VDC (Two Wire Configuration) Output 1A/1B Connection: 2 Pole Terminal Block 8 Each 270VDC Cable 125 feet 270VDC low inductance cable 1 Each Shipping & Handling 1 Each Start up & Training 8 Each Standard Factory Testing 1 Each O&M Manuals One (1) copy of operation & maintenance manual 8 Each Warranty Standard Warranty Interested parties who believe they can meet the requirements described in this synopsis are invited to submit in writing a complete quote, including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. AFTC/PZIEA intends to award a firm fixed price contract as a result of this synopsis/solicitation. Evaluation and award will be based upon the following: Lowest Price Technically Acceptable (LPTA). Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation. Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 by 4:00 p.m. PST on 25 May 2018 to the following: Julie Maxwell Contract Specialist Ph: 661-277-3932 Email: julie.maxwell@us.af.mil Tylan McBride Contracting Officer Ph. 661-277-2704 Email: tylan.mcbride.2@us.af.mil Offerors must comply with FAR 52.204-7 - System for Award Management and DFARS 252.204-7004 Alt A - System for Award Management. Clauses may be found at http://farsite.hill.af.mil. To register with SAM, go to URL https://www.sam.gov. Representations and certifications must be completed within SAM. The following provisions and clauses apply: DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7004 - Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.211-7003 - Item Unique Identification and Valuation DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7001 - Buy American and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7048 - Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.244-7000 - Subcontracts for Commercial Items DFARS 252.246-7003 - Notification of Potential Safety Issues DFARS 252.247-7022 - Representation of Extent of Transportation by Sea DFARS 252.247-7023 - Transportation of Supplies by Sea DFARS 252.247-7024 - Notification of Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman AFFARS 5352.223-9000 - Elimination of use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001 - Health and Safety on Government Installations AFFARS 5352.242-9000 - Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AK8086B001/listing.html)
 
Place of Performance
Address: Edwards AFB, Edwards AFB, California, 93534, United States
Zip Code: 93534
 
Record
SN04918277-W 20180512/180510230705-6a729aec4caa359f823fee9fb1dc63c9 (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.