SOLICITATION NOTICE
59 -- 15 KV 4-way high voltage switch
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335313
— Switchgear and Switchboard Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238
- ZIP Code
- 32925-3238
- Solicitation Number
- FE252092610010
- Archive Date
- 2/14/2011
- Point of Contact
- Ellen T Audelo, Phone: 321-494-6343, Charlotte G Nelson, Phone: 321-494-4394
- E-Mail Address
-
ellen.audelo@patrick.af.mil, charlotte.nelson@patrick.af.mil
(ellen.audelo@patrick.af.mil, charlotte.nelson@patrick.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Open Competition - Combined Synopsis/Solicitation - FE252092610010 This is a combined synopsis/solicitation for commercial items prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31 and DFARs Change Notice (DCN) 20080812. NAICS is 335313 with a small business size standard of 750 employees. *This acquisition is a 100% small business set-aside. Award will be made to the lowest priced, technically acceptable offer that meets the salient characteristics listed below as described in FAR clause 52.211-6 - Brand Name or Equal. 45 CONS, Patrick Air Force Base, FL, 32925 is seeking to purchase Brand Name or Equal commercial items manufactured and designed by Cooper Power Systems Inc., as follows: Cooper Power Systems 4-Way 15KV/95BIL 600/200 high volt age Kyle VFI KV SF6 gas insulated 304L stainless steel 4-way 6-600Amp source 6-200Amp vacuum Interupters with Tri Phase TPG controls single sided switch. 4 Way All switched. Needs all vacuum load break Switches on one side. Must meet ANSI C37.72 specifications. Must include 200 Amp and 600 Amp bushings all on the same side. Must be same criteria and specifications as base switches, (2 ea) & Shipping FOB Destination, Patrick AFB, FL 2 EA. Minimum Salient Characteristic: System Performance Specifications: 4-Way 15KV/95BIL 600/200 high volt age Kyle VFI KV SF6 gas insulated 304L stainless steel 4-way 6-600Amp source 6-200Amp vacuum Interupters with Tri Phase TPG controls single sided switch. 4 Way All switched. Needs all vacuum load break Switches on one side. Must meet ANSI C37.72 specifications. Must include 200 Amp and 600 Amp bushings all on the same side. Must be same criteria and specifications as base switches(2 ea) & Shipping FOB Destination, Patrick AFB FL 2 ea Delivery: 45 Days After Receipt of Order. Place of delivery, performance, and acceptance is FOB Destination, Patrick AFB, FL 32925 The following provisions and clauses apply: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (FEB 2009); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUN 2005). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu,. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-3 Alt 1 Offeror Representations and Certifications -- Commercial Items 52.222-26 Equal Opportunity 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.247-7023 Transportation of Supplies by Sea (May 2002) 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.211-6 Brand Name or Equal 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Representation 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combat Trafficking 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--Central 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.201 -9101 Ombudsman. As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 352.201-9101 Ombudsmen Offers are due at the 45 Contracting Squadron, LGCB, 1201 Edward H. White II Street, Patrick AFB, FL 32925 (Attn: Ellen Audelo @ 321-494-6343, no later than Close of Business (COB) 12 Feb at 2 pm EDT. Faxed transmissions of quotes are acceptable. Fax to 321-494-5136 (please call and verify that I have received the fax) or e-mail ellen.audelo@patrick.af.mil. Contracting Office Address: 1201 Edward H. White II Street Patrick AFB, FL 32925 United States Place of Performance: AFTAC/TM, Patrick Air Force Base Patrick Air Force Base, FL 32925 United States Primary Point of Contact: Ellen T. Audelo ellen.audelo@patrick.af.mil Phone: 321-494-6343
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FE252092610010/listing.html)
- Place of Performance
- Address: Transportation Officer, Building 822 between 7:30 am - 3:30 pm, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02055357-W 20100204/100202235000-62fa205b6df6101f0821bcaa5391a800 (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 |