SOLICITATION NOTICE
61 -- Mobile Ground Power Unit - Brand Name J&A
- Notice Date
- 8/28/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-18-R-0022
- Archive Date
- 9/26/2018
- Point of Contact
- Jessica M. Dekan,
- E-Mail Address
-
jessica.m.dekan.mil@mail.mil
(jessica.m.dekan.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Brand Name J&A This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation number is W912J2-18-R-0022 and is issued as a Request for Quote (RFQ). This requirement is set-aside 100% for Small Businesses, North American Industry Classification System Code (NAICS) is 335312 - Motor and Geneator Manufacturing, with a size standard of 1,250 employees. The WI Army National Guard end user requires the following items to match the exact Brand Name. Brand Name Justification is attached. Vendor must provide a specification sheet of offered product with their quote. If specification sheet is not included, vendor may be considered non-compliant. Line Item 0001: Qty 1 EA - Unitron UFC Series PwrKart Mobile Ground Power Unit (UFC-45M), 45 kVA frequency converter, rated as follows: Input: 480V, 3-phase, 50/60 Hz; maximum full load input current 50 amps Output 1: 115V L-N/ 200V L-L, 3-phase, 400 Hz Output 2: 115V L-N/ 200V L-L, 3-phase, 400 Hz Includes the following features: B-1; Built-in maintenance diagnostic system C-5; First AC output "ON/OFF" connect/disconnect- current sensing device with safety interlock C-6; Second AC output "ON/OFF" connect/disconnect- current sensing device with safety interlock DP-2; Digital Control Panel- "AID", vacuum fluorescent with event log ECP-1; External Communication port access- USB & Ethernet I-2; Input Surge Protection IAW C62.41, Category B S-2; AC input on/off connect/disconnect contactor- current sensing device WPO-1; New Warranty, parts and labor for one (1) year Operators/Maintenance Manual Line Item 0002: Qty 1 EA - WIH-100 Input Cable, 100', single jacket 3-conductor with ground for 380 VAC L-L applications and above, with Meltric Plug 37-28143 attached Line Item 0003: Qty 2 EA - WOA-30M Output Cable, 30', banded multiple conductor for 400Hz unit, with aircraft plug Line Item 0004: Freight (if applicable) Items must be USA made or be Trade Agreements Act (TAA) compliant. This award will be a Firm-Fixed Price (FFP) contract. Shipping is FOB Destination to: 1950 Pearson St., Madison, WI 53704. Delivery should not exceed 90 days after receipt of order. Basis for award will be Lowest Price Technically Acceptable (LPTA) and will technical acceptability will be based on the item being the exact brand name and model numbers called for above. The provision FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Vendor must submit a quote and include, at a minimum, the following: (1) Solicitation Number (2) Name, address, and telephone number of the offeror (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation or model numbers to ensure it is the exact same as the one requested. This may inclue product literature, pictures, or other documents, if necessary. (4) Estimated time for production/delivery (5) CAGE code and Tax ID Number If vendor fails to include all required and identified information from FAR 52.212-1 and from the description requirements, they may be considered non-compliant for award. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: price and technical acceptability of the item offered to meet the Government requirement. To be considered for this award, the contractor shall: 1) Be able to meet all requirements defined in the solicitation; 2) Must be registered and current in the System for Award Management (SAM) database per DFARS 252.204-7004 ( www.sam.gov ) prior to award. The Government will not delay award for the purpose of allowing a contractor time to register in SAM; 3) Contractor shall be able to invoice through Wide Area Work Flow (WAWF) ( https://wawf.eb.mil ) for payments to be processed electronically. Special Instructions: Offerors MUST provide offers via EMAIL ONLY. Offer Due Date and Time: Offers are due no later than September 11, 2018 at 1200 (noon) CST. Please submit any questions concerning the solicitation to the main POC no later than September 5, 2018 at 1200 (noon) CST. References: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (OCT 2016) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2016) DFARS 252.225-7048 Export-Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving (JUN 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herin 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 http://www.acquisition.gov/far/. Contracting Office Contact Information: All offers and questions pertaining to this solicitation shall be sent by email to the POC below by the offer due date or dates specified above for questions. The government will not answer questions via telephone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-R-0022/listing.html)
- Place of Performance
- Address: 1950 Pearson Street, Madison, Wisconsin, 53704, United States
- Zip Code: 53704
- Zip Code: 53704
- Record
- SN05060646-W 20180830/180828231738-2a985f9f884d97946eb96a98fc8a0b80 (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 |