SOLICITATION NOTICE
61 -- WY-MEDIUM VOLTAGE CABLE & ACCESSORIES
- Notice Date
- 8/30/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 335929
— Other Communication and Energy Wire Manufacturing
- Contracting Office
- Bureau of Reclamation<br />Great Plains Region<br />Wyoming Area Office<br />PO Box 1630<br />Mills<br />WY<br />82644<br />US<br />
- ZIP Code
- 82644
- Solicitation Number
- 140R6019Q0078
- Response Due
- 9/13/2019
- Archive Date
- 9/28/2019
- Point of Contact
- Whetham, Audrey
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement and attachments constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. Consider this solicitation (#140R6019Q0078) as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-03. This solicitation is set-aside for small business. NAICS 335929. The small business size is 1,000 employees. The resulting purchase order will be a firm-fixed price type contract. Line Item #10 Medium Voltage Cable 1. Length: 900 ft 2. Southwire CT1-09ET-1000 Type MV-105 or equal. 3. Ratings: 5kV 60Hz Operating at a temperature of 105 °C Average insulation diameter of 100% BIL of 60kV 4. Conductor: Copper Meets ASTM B 8 class 9 requirements Stranded Capable of carrying 803A continuously and 35kA for 4.4 seconds 1000 kcmil One conductor 5. Insulation: Solid-dielectric Ethylene Propylene Rubber (EPR) 6. Screens: Extruded, semi-conducting EPR conductor strand screen and extruded thermosetting semi-conducting EPR insulation screen 7. Shield: Copper tape, coated 8. Jacket: Overall PVC compound jacket Flame-retardant Provide concentric full-size one cable- one conductor, grounding conductor encapsulated in PVC jacket 9. Manufacture using triple-extrusion process such that conductor shield and insulation are extruded together and cross-linked simultaneously. Extruded insulation in tandem with and inseparably bond to conductor screen. 10. Suitable for conduit installation 11. Provide certification that cable passed factory cable production testing in accordance (IAW) with AEIC CS8 and CS9 12. Manufactured no more than 24 months prior to delivery 1 Spool Each @ $___________________ = _______________________ Line Item #20 Compression Connectors 4 Hole 1. 4 hole 2. Can be used to terminate line item 10 cable 3. 2 hole - 7/8 Stud - Quantity 7 4. 803 A continuously 5. 35kA for 4.4 seconds 6. BIL of 60kV 7. Copper 8. Provide certification that connector passed Factory separable insulated connector system production testing IAW IEEE 386 7 each @ $___________________ = _______________________ Line Item #30 Compression Connector 2 Hole 1. 2 hole - 7/8 Stud 2. Can be used to terminate line item 10 cable 3. 803 A continuously 4. 35kA for 4.4 seconds 5. BIL of 60kV 6. Copper 7. Provide certification that connector passed Factory separable insulated connector system production testing IAW IEEE 386 7 each @ $___________________ = _______________________ Line Item #40 Potheads 1. Include termination kit for each pothead. 2. 803 A continuously 3. 35kA for 4.4 seconds 4. BIL of 60kV 5. Molded cold shrink body of Raychem insulation or equal 6. Provide certification that connector passed Factory cable terminators (Potheads) production testing IAW IEEE 48 13 each @ $___________________ = _______________________ Delivery Date shall be on or before December 31, 2019 FOB Destination (Mills WY) do not list freight/shipping separately Delivery Address: Bureau of Reclamation 205 Chamberlain Road Mills, WY 82644 In accordance with the procedures in FAR Part 12 and 13, RFQ Number 140R6019Q0078 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://fedconnect.net. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price and technically acceptable. The following provisions and clauses apply to this solicitation: FEDERAL ACQUISITION REGULATIONS 1. 52.204-7 System for Award Management 2. 52.204-13 System for Award Management Maintenance 3. 52.204-16 Commercial and Government Entity Code Reporting 4. 52.204-18 Commercial and Government Entity Code Maintenance 5. 52.204-19 Incorporation by Reference of Representations and Certifications 6. 52.211-6 Brand Name or Equal 7. 52.212-1 Instructions to Offerors - Commercial Items 8. 52.212-3 Offeror Representations and Certifications-Commercial Items 9. 52.212-4 Contract Terms and Conditions - Commercial Items 10. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items a. Specific FAR clauses included in 52.212-5 that are applicable to this requirement include: 52.203-6 Restrictions on Subcontractor Sales to the Government Alternate I, 52.219-28 Post Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-1 Buy American Supplies, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 11. 52.219-6 Notice of Total Small Business Set-Aside (Deviation 2019-01) 12. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 13. 52.214-34 Submission of Offers in the English Language 14. 52.214-35 Submission of Offers in U.S. Currency 15. 52.232-39 Unenforceability of Unauthorized Obligations 16. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 17. 52.242-15 Stop work Order 18. 52.247-34 F.o.b. Destination RECLAMATION ACQUISITION REGULATION 1. DOI - AAAP 0028 - Electronic Invoicing and Payment Requirements - Invoicing Processing Platform (IPP) 2. GP-4 Basis for Award 3. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation Quotes are due no later than Friday, September 13, 2019, by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes by e-mail to awhetham@usbr.gov or fax to 307- 261-5691. NOTE: Effective August 1, 2012 any contractor to be awarded a government contract must be registered and active in System for Award Management (SAM). Contractors must register at www.sam.gov Note: Contractor's must submit their Tax Identification Number and Data Universal Number with their offer For further information about this requirement, offerors should contact Audrey Whetham at awhetham@usbr.gov or call at 307- 261-5619. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/4c90abf91faa2ffa6df7e77c69774ce2)
- Place of Performance
- Address: Bureau of Reclamation<br />Wyoming Area Office<br />205 Chamberlain Road<br />Mills<br />WY<br />82644<br />USA<br />
- Zip Code: 82644
- Country: USA
- Zip Code: 82644
- Record
- SN05426248-F 20190901/190830230022 (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 |