SOLICITATION NOTICE
16 -- 75KVA Ground Power Unit.
- Notice Date
- 8/16/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
- ZIP Code
- 84020-2000
- Solicitation Number
- W911YP-04-T-0006
- Response Due
- 8/30/2004
- Archive Date
- 10/29/2004
- Point of Contact
- Linda Duvall, 801-523-4091
- E-Mail Address
-
Email your questions to USPFO for Utah
(linda.duvall@ut.ngb.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- OFFICE ADDRESS: USPFO for Utah, P. O. Box 2000, 12953 South Minuteman Drive, Draper, UT 84020-2000 SUBJECT: 75KVA Ground Power Unit SOLICITATION NUMBER: W911YP-04-T-0006 QUOTE DUE DATE: 040830 POC: Linda C. Duvall, Contracting Officer, (801)523-4091 DESCRIPTION: This 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 constitutes the only solicitation, quot es are hereby requested. A written solicitation will not be issued. This requirement will be 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code will be 336413, size standard is 1,000 Employees. SPECIFICATIONS: 1) Tronair 75KVA Ground Power Unit, Item #11C6659-1000 or Equivalent. Minimum Specifications: 400 Hz A.C. Electrical Power Cart. Chopped rectifier with IBGT??????s (harmonic content at input greater than 3%); fully-controlled IGBT inverter; pulse-width mo dulation??????; special earth leakage protection package; stable operating performance due to microprocessor control; low output distortion factor; constant output voltage for non-linear loads; total diagnostics, monitoring, and fault memory on LCD (liquid crystal display); interface for remote control and centralized monitoring by PC or modem connection; 25 ft. (7.6m) output cable with AC power plug; output power at p.f. 0.8: 60kVA, 90 kVA; nominal frequency: 400 Hz +/-0.1%; voltage adjustment range: +12/- 5%; nominal current: 173A, 260A; distortion factor at linear load: greater than 3%; voltage characteristics: steady state +/-1%, dynamic greater than +/-15% acc. To MIL-Std, 704E; output harmonic content L-L; greater than 2% at linear, balanced load; recov ery time: greater than 200ms; wave form: sinusoidal; phase angle: 120 degrees +/-1.5 degrees; enclosure: NEMA 3R; Finish: Back Powder Coat. APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.204-7, Central Contractor Registration; (2) FAR 52.212-4, Contract Te rms and Conditions--Commercial Items; (3) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of S egregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Vetera ns and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36 Payment by Third Party; (4) DFAR 252.204-7001, Commercial and Government Entity (CAGE) Code Reporting; (5) DFAR 252.212-7 001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (6) FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum paragraph (d) Product Samples - delete in it s entirety, paragraph (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (7) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, all offerors are to includ e a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-1 and 52.213-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (8) DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items. EVALUATION FACTORS: The contract type for this procurement will be Firm-Fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) t echnical factors, to include past performance; (2) total cost or price. ADDITIONAL INFORMATION: To receive award , the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-2423. Quotes are due NLT 1:00 P.M. MST on August 30, 2004. Quo tes may be mailed to: USPFO for Utah, Attention Linda Duvall, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000; faxed to 801-523-4843 or e-mailed to linda.duvall@ut.ngb.army.mil. If quoting other than brand specified; specifications of equivalent brand must be submitted with quote. If specifications are not submitted with quote, offer will be considered non-responsive. Equipment will be delivered to: AASF, 7563 South Airport Road, West Jordan, UT 84084. Include any shipping and handling charges. All quotes must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available).
- Place of Performance
- Address: AASF 7563 South Airport Road West Jordan UT
- Zip Code: 84084
- Country: US
- Zip Code: 84084
- Record
- SN00644722-W 20040818/040816212328 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |