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