Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 10,1999 PSA#2406

U.S. Information Agency, Office of Contracts, 301 4TH STREET SW, Room M27, Washington, DC 20547

61 -- ELECTRIC WIRE AND POWER AND DISTRIBUTION EQUIPMENT SOL IA2102-S9234960 DUE 082099 POC Contact David Lum, USIA Contracting Officer, Tel No. (202) 205-9587, Facsimile: (202) 205-5466, E-Mail {DLUM@USIA.GOV} or Technical Point of Contract -- Darrel Duckworth, Deputy Station Manager, IBB Philippines Transmitting Station, Tarlac, Philippines, Fax # 63 (45) 982-1402 17(i). 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. This announcement constitutes the "only solicitation;" proposals are being requested and a written solicitation will not be issued. 17(ii). Solicitation #IA2102-S9234960 is issued as a Request for Proposal (RFP). 17(iii). This solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-12 dated June 17, 1999. 17(iv). This is a full and open procurement for Electric Transmission and Distribution Equipment under SIC 3613, Switchgear and Switchboard Apparatus. 17(v). The United States Information Agency (USIA), International Broadcasting Bureau (IBB), has a Base Requirement for the following contract line items: CLIN 0001A: Fabrication, factory acceptance testing, packing and shipment of two (2) each 242 kV, 3 phase Circuit Breakers complete withcontrol cabinet, mounting hardware (except for standard anchor bolts) and ready for installation, to FOB Port of Manila, Philippines marked for the U. S. Embassy. CLIN 0001B: Operations and maintenance manuals for the 242 kV, 3 phase Circuit Breakers. Wiring for remote monitoring/control and spare parts need not be provided except as standard with the manufacturer's package. Optional Requirements include: CLIN 0002 (Optional): F.O.B Destination price(s) and specifications for Alternate Control Room monitoring and control equipment may also be offered; CLIN 0003 (Optional): F.O.B. Destination price(s) and specifications for recommended spare parts for the proposed equipment may also be offered; CLIN 0004 (Optional): Pricing for optional extended warranty may also be offered. Note that all offered warranties must be valid at the proposed installation site. CLIN 0005 (Optional): Pricing structure for Installation Support by factory trained technicians to commission, test, and startup circuit breakers at the IBBsite in Tarlac Province, Philippines. (Note: Installation of the circuit breakers will be performed by a separate contractor under supervision of IBB Station.). 17(vi). Description: The subject circuit breakers shall be in accordance with the manufacturer's standard design and shall comply with all applicable United States criteria including ANSI, NEMA, etc. Circuit breakers shall meet the following specific technical requirements: (1) Rated voltage = 242 kV, 3 phase; (2) Rated withstand test voltage, low frequency (60Hz) = 425 kV rms; (3) Rated withstand test voltage, impulse crest = 900 kV; (4) Rated continuous current at 60Hz = 1200 A rms; (5) Rated short circuit current at rated maximum kV= 40 kA rms; (6) Rated interrupting time, cycles at 60 Hz=3; (7) Rated permissible tripping delay = 1 second. General requirement: The subject circuit breakers shall be suitable for outdoor installation in a tropical, non-coastal, rural environment, connected directly to the Philippine National Power Corporation (NPC) grid, and will be used to supply a large radio transmitting facility. They shall be complete with control cabinet, mounting hardware (except for standard anchor bolts), etc. Equipment shall be factory tested and shipped fully assembled; except may be disassembled into component parts provided instructions and all parts for re-assembly are provided. Provisions for remote monitoring and control shall be listed and described as optional equipment. Wiring for remote monitoring and control need not be provided except as standard with the manufacturer's package. Provisions for recommended spare parts shall be listed and described as optional equipment except as standard with the manufacturer's package. The subject circuit breakers will replace existing General Electric outdoor air-blast circuit breakers, Type ATB-230-10,000-6, 230 kV, 10,000 MVA, 1600 A, 3 cycle interruption, installed in 1967. Actual operating conditions for the circuit breakers shall be 230 kV at currents not exceeding 100 A. Offerors are invited to offer alternate equipment which will operate safely under these reduced load conditions. 17(vii). Delivery: The Offeror's proposal shall state their estimated delivery time for the equipment in calendar days after receipt of a contract award. The Contractor shall deliver all equipment to FOB Port of Manila, Philippines, consigned to the United States Embassy, Manila, Philippines. The Government will be responsible for all Port and Customs clearing and further shipment to the IBB site in Tarlac Province. Note that shipments consigned to the US Embassy are not subject to SGS inspection in the country of origin. The Government will take conditional acceptance of the equipment upon inspection at the Port of Manila. Final acceptance will be upon installation, commissioning, and final testing of the equipment. 17(viii). Solicitation provision at FAR 52.212-1, Instruction to Offerors -- Commercial Items (Aug 98) is hereby incorporated by reference. Offerors are reminded to identify and submit their DUNS# ________________________with their proposal. The Technical Proposal should reflect the Offeror's understanding of and compliance with the technical requirements set forth in this RFP and be legible, practical, clear, coherent. As a minimum, they should contain the below specified information organized as follows: (1) Statement of Qualifications, (2) Table of Contents, (3) List of Tables, Drawings, Exhibits, Attachments, (4) Executive Summary -- not to exceed 3 pages, (5) Technical Information and Data that provides specific and clear narrative description that demonstrates the extent to which the proposed equipment will meet or exceed the Government's RFP requirements, (6) Management Information and Data that addresses (a) Resource Management and a description of how the Offeror proposes to bring forth the resources necessary to deliver the subject components, and (b) Experience and detailed description of Past Performance, with a listing of no fewer than three (3) but no more than ten (10) previous or ongoing contracts related to delivery of the similar equipment. 17(ix). Solicitation provision at FAR 52.212-2, Evaluation -- Commercial Items (JAN 99), applies to this acquisition. The Government will evaluate offers in response to this solicitation and expects to award a contract to the responsible Contractor whose offer, conforming to the RFP will be most advantageous to the Government, price and other factors considered. The following evaluation criteria will be used: (1) Capability of the Offeror's equipment to meet the Agency's requirements. (2) Warranty provisions offered. (3) Past performance to include recent and relevant contracts for similar equipment/services and other references including contract numbers, technical points of contact with telephone numbers and other relevant information. (4) Proposed Delivery Schedule. (5) Price Evaluation -- The total price will be evaluated to including shipping, selected options, spare parts, and contractor furnished commissioning and testing. 17(x). Offerors are advised that in order for their proposal to be considered "responsive" that they shall complete and include with their offer the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 99). Full text of all FAR clauses are available electronically at the following internet address {http://www.arnet.gov/far}. 17(xi). The provision at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (MAY 99) are hereby incorporated by reference and applies to this acquisition. 17(xii). The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (MAY 99), is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: (b)(1) FAR 52.203-6, (b)(12) FAR 52.222-26, (b)(13) FAR 52.222-35, (b)(14) FAR 52.222-36. 17(xiii). Additional Contract Terms and Conditions applicable to this procurement are: (i) Offerors are advised to include with their offer a copy of the applicable warranty provisions which would apply to the subject equipment acquisition. The Manufacturer's standard warranty is acceptable and optional warranties may be offered. Note that all offered warranties must be valid at the proposed installation site. (ii) Payment for the delivered equipment will be made via direct electronic funds transfer upon inspection and conditional acceptance of the equipment at FOB Port of Manila. The Contractor may have a representative present for this inspect if it is so desired. 17(xiv). N/A 17(xv). N/A 17(xvi). Signed and dated offers on original letterhead or SF 1449 (one original/one copy) shall be submitted to the US Information Agency, M/K Office of Contracts (Attn: David Lum), 301 -- 4th Street S.W. Room M-22, Washington DC 20547 at or before 2 PM EST on August 24, 1999. 17(xvii). Contact David Lum, USIA Contracting Officer, Tel No. (202) 205-9587, Facsimile: (202) 205-5466, E-Mail {DLUM@USIA.GOV}. Posted 08/06/99 (W-SN364613). (0218)

Loren Data Corp. http://www.ld.com (SYN# 0367 19990810\61-0006.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page