Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1999 PSA#2392

Commander, Naval Air Warfare Center Weapons Division, Code 230000D, 1 Administration Circle, China Lake, CA 93555-6100

61 -- TRANSFORMERS SOL N68936-99-Q-A198 DUE 073099 POC Kay Eiband, Contract Specialist, Phone: (760) 939-4275, Fax: (760) 939-3095, EMail: eibandk@navair.navy.mil or John R. Davidson, Contracting Officer, Phone: (760) 939-7408, Fax: (760) 939-3095 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, and award shall be made in accordance with FAR Subpart 13.5 Test Program For Certain Commercial Items. This announcement constitutes the only solicitation; a formal written solicitation (request for quotation) will not be issued. This request is a 100% small business set aside SIC code 3612 which has a small business size standard of 750. The Naval Air Warfare Center Weapons Division, China Lake, CA intends to procure on a competitive basis electrical transformers consisting of the following items: LINE ITEM 0001- Transformers, 1 Phase Oil Filled (no PCBs allowed), 4800 Volt Primary, 120/240 Volt Secondary, Pole Top Mount. NEW TRANSFORMERS ONLY ARE ACCEPTABLE -- RE-BUILT OR RECONDITIONED TRANSFORMERS ARE NOT ACCEPTABLE. COPPER WINDINGS ONLY ARE ACCEPTABLE-ALUMINUM IS NOT ACCEPTABLE. Delivery is FOB Destination within 12 weeks after award of contract. SUBLINE ITEM 0001AA- 100 KVA, 15 each. SUBLINE ITEM 0001AB- 50 KVA, 12 each. SUBLINE ITEM 0001AC- 37.5 KVA, 15 each. SUBLINE ITEM 0001AD- 25 KVA, 12 each. LINE ITEM 0002- Transformers, High Voltage Oil Filled (no PCBs allowed) Pad Mounted, Loop Feed, Compartmental type TPL, 3 Phase, 65 deg. Centigrade, 4800 Volt delta primary. 120/208 Volt secondary, with 2-1/2% FCAN TAPS and 2-1/2% FCBN TAPS. Provide primary fuse protection and three extra fuses. NEW TRANSFORMERS ONLY ARE ACCEPTABLE -- RE-BUILT OR RECONDITIONED TRANSFORMERS ARE NOT ACCEPTABLE. COPPER WINDINGS ONLY ARE ACCEPTABLE-ALUMINUM IS NOT ACCEPTABLE. The following components shall be part of and/or supplied with EACH pad mount transformer: 1. Terminations shall be dead front with universal type bushing wells. 2. Shall be supplied with two (2) each 2-position primary switches, loop feed. 3. Low voltage bushings with NEMA spades. 4. No-load TAP changer. 5. Liquid level gauge. 6. Pressure/vacuum gauge. 7. Thermometer. 8. Pressure relief device. 9. 1-inch top-filling and filter plug. 10. 1-inch drain valve with sampler. 11. Tank grounding pads. 12. Removable sill. 13. Three point latch, removable. 14. Neutral ground pad. 15. Steel divider between high and low voltage compartments. 16. Lifting eyes. 17. Hand hole and cover. Delivery is FOB Destination within 12 weeks after award of contract. LINE ITEM 0002AA- 225 KVA, 1 each. LINE ITEM 0002AB, 75 KVA, 3 each. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. Full text of FAR provisions and clauses may be obtained from the Contracting Officer or accessed electronically at www.arnet.gov/far/ or www.farsite.hill.af.mil/ . The following FAR provisions and clauses apply to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items (Aug 1998); FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items (May 1999) ALT I (Oct 1998); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 1998); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 1999) with the following FAR clauses applicable therein: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.219-8 Utilization of Small Business Concerns, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222.37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, and FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels; FAR 52.247-34 F.O.B. DESTINATION (Nov 1991); FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) also applies to this acquisition with the following evaluation factors: 1. Technical capability of the item offered to meet the Government Requirement, and 2. Price -- Award will be made to the technically acceptable, low-priced offer(s). Past performance is not an evaluation factor for this acquisition. The following DFARS provisions and clauses apply to this solicitation: DFARS 252.204-7004 Required Central Contractor Registration (Mar 1998); DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Nov 1995); DFARS 252.225-7035 Buy American Act -- North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 1999) with the following DFARS clauses applicable therein: DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.225-7036 BuyAmerican Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program, and DFARS 252.243-7002 Certification of Requests for Equitable Adjustment. The following NAPS provision applies to this solicitation: NAPS 5252.246-9502 Standard Commercial Warranty (Jan 1992): The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Government's rights under the "Inspection" clause nor does it limit the Government's rights with regard to the other terms and conditions of this contract. In the event of a conflict, the terms and conditions of the contract shall take precedence over the standard commercial warranty. The standard commercial warranty period shall begin upon final acceptance of the applicable material and/or services listed in the Schedule. The contractor shall provide a copy of its standard commercial warranty (if applicable) with its offer. The warranty covers a period of _______ months. (Offeror is to insert number.) The following local provisions and clauses apply to this solicitation: D-TXT-05 Packing, Marking And Shipping (NAWCWPNS) (Dec 1994): The external shipping containers for items listed in this order shall be accompanied by a packer (YES __X__) (NO ___). Containers shall be marked as follows: Receiving Officer, N68936-______(to be completed at contract award), Code 822223D, Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100. NOTE TO VENDORS: RECEIVING DOCK HOURS ARE MONDAY THROUGH FRIDAY, 0730-1530. Due to the implementation of a compressed work schedule at NAWCWPNS the receiving dock hours shown above may change. If you anticipate making delivery on a Friday please call Receiving at (760)939-2185 to verify receiving dock hours. E-TXT-04 Inspection and Acceptance (Destination) Inspection and acceptance of the supplies or servicesto be furnished hereunder shall be made at destination by the receiving activity. G-TXT-14 Remit (contractor remit to address). G-TXT-15 Invoicing Instructions (China Lake): You must provide the purchase order line item number (e.g. 0001, 0001AA, etc.), description of supplies or services, period of performance, quantity, unit, unit price, and extended price on your invoice. Additionally, if your invoice includes charges for services, they must be charged (listed) separately from supplies and state the period of performance. Failure to furnish the above information will result in late payment. Questions regarding these instructions or inquires regarding payment should be referred to Commander (Code 761500D) Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100 (760) 939-2851. Any other questions regarding this order should be referred to the Contracting Officer indicated in Block 6. Mail two (2) copies _____ OR four (4) copies __X__ of this invoice to: Commander (Code 761500D), Naval Air Warfare Center Weapons Division, China Lake, CA 93555-6100. Please identify one (1) copy of this invoice with the word "ORIGINAL". The invoice shall contain the following: Name and Address, Invoice Number, Date of Invoice, Order Number: N68936- ____________. For Navy accounting purposes only: Code ____, ____. Phone:___. Offerors shall follow guidance in FAR 52.212-1 Instructions to Offerors-Commercial Items (Aug 1998) on how to complete proposals. It is the offeror's responsibility to obtain, complete, and return the following provisions and clauses with their offer: FAR 52.212-3 ALT I, DFARS 252.212-7000, NAPS 5252.246-9502; DFARS 252.225-7035; G-TXT-14. The closing date for this solicitation/synopsis is 10 calendar days from the date the solicitation/synopsis appears in the CBD by 4:00 PM Pacific Time. Offers shall be in writing and either FAXed to Kay Eiband @ (760) 939-3095 or mailed to Commander, Code 231000D, Attn: Kay Eiband, Bldg. 982 Bowen Ave., Naval Air Warfare Center Weapons Division, China Lake CA 93555-6100. Posted 07/19/99 (I-SN355993). (0200)

Loren Data Corp. http://www.ld.com (SYN# 0368 19990721\61-0015.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page