SOLICITATION NOTICE
43 -- Provide Modular Variable Frequency Drive
- Notice Date
- 11/5/2010
- Notice Type
- Presolicitation
- Contracting Office
- IMR - GRCA - Grand Canyon National Park 1824 S. Thompson Street #200 Flagstaff AZ 86001
- ZIP Code
- 86001
- Solicitation Number
- Q8221110013
- Response Due
- 11/19/2010
- Archive Date
- 11/5/2011
- Point of Contact
- Deborah J. Cimmer Contract Specialist 9286387434 Deborah_cimmer@nps.gov;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- Modular Variable Frequency Drive for Grand Canyon National Park This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. This solicitation is issued as a Request for Quote, #Q8221110013 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format stated in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The National Park Service contemplates award of a firm fixed price contract, as a result of this combined synopsis/solicitation, to the quoter providing the best value to the Government. NAICS code: 237110 Small business size standard: NTE 33.5 in Annual Revenue. The proposed contract is 100% set-aside for small business concerns. All responsible small business concerns may submit a quotation which shall be considered by the National Park Service (NPS). Quoters shall e-mail their quotations to Deborah Cimmer at deborah_cimmer@nps.gov. Quotes shall be submitted so as to insure arrival by 2:00 pm Mountain Standard Time, Thursday, November 19, 2010. The anticipated award date is on or about Wednesday, November 26, 2009. Address questions regarding this solicitation to deborah_cimmer@nps.gov or 928-567-5276 x228. Contract line items: Line Item #: 1, Modular Variable Freq. Drive, Qty: 1, Unit Price: $, Total Price: $, DELIVERY Schedule: (ARO) ____________________ DUNS# ________________ SPECIFICATIONS: AC variable frequency drive controller for 8-HP electric motor, 480 VAC with fuse protected line inputs and outputs. Input 480 VAC/3-Phase/60Hz. OUTPUT ZERO-480 VOLTS AC / 3-PHASE / ADJUSTABLE FREQUENCY OUTPUT. MINIMUM 960 AMPS CONTINUOUS RATED AT FULL LOAD OUTPUT CURRENT. NORMAL OVERLOAD CAPACITY- 120% RATED FULL LOAD OUTPUT CURRENT FOR 1 MINUTE. SENSORLESS AC VECTOR CONTROL - 0.5% SPEED REGULATION. EXTERIOR CABINET (EXTERIOR DOOR) SIDE MOUNTED KEYPAD FOR DIGITAL DISPLAY / QUICK SET UP / MANUAL CONTROLS. DISPLAY IN ENGLISH LANGUAGE / 2-5 LINES / 24 -48 ALPHANUMERIC CHARACTERS. DISPLAY MUST BE READABLE BY WEB CAMERA WITH ZOOM LENS IN ALL LIGHT CONDITIONS IN THIS AUTOMATED, UNMANNED STATION. MINIMUM EXTERIOR CABINET OPERATIONAL KEYS INCLUDE SPEED INCREASE, SPEED DECREASE, RUN, STOP, FWD/REVERSE. MINIMUM LED INDICATORS TO INCLUDE DRIVE RUN, DRIVE FAULT, CURRENT LIMIT, FORWARD DIRECTIONAL. EXTERIOR CABINET TO HAVE DATA ENTRY KEYS IN ADDITION TO COMPUTER INTERFACE FOR SCADA COMPUTER CONTROLS (RUNS INDEPENDENTLY OF SCADA). UNIT WILL ACCEPT 4-20ma SPEED REFERENCE AS WELL AS 4-20ma FEEDBACK SIGNAL. POWER WIRING INPUT AND OUTPUT CONDUCTORS MUST ENTER AND LEAVE THE CABINET FROM THE TOP OF THE CABINET TO PRECLUDE EXTENSIVE MODIFICATIONS TO THE EXISITING LARGE CONDUIT AND POWER WIRING SYSTEMS.VFD LOCATION REQUIRES HELICOPTER TRANSPORT TO INDIAN GARDEN WHICH RESTRICTS EXTERIOR DIMENSIONS AND WEIGHT. NEMA 1 ENCLOSURE CANNOT EXCEED EXTERIOR DIMENSIONS OF 62" TALL x 70" WIDE x 48" DEPTH. WEIGHT CANNOT EXCEED 800 POUNDS FLIGHT WEIGHT FOR ONE MODULE OR IF MORE THAN ONE MODULE - EASILY DISASSEMBLED AND REASSEMBLED BY FIELD OPERATIONS PERSONNELWITH PRICE QUOTE BIDDER SHOULD INCLUDE DIMENSIONAL DRAWINGS OF VFD & CABINET TO DETERMINE MOUNTING ABILITY. Delivery and Period of Performance: The contractor shall deliver the items to Grand Canyon National Park, Warehouse Building at 1576 Shuttle Bus Rd, Grand Canyon, Arizona. Clauses and Provisions: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08. Provisions and clauses noted below may be accessed at http://acquisition.gov/far/index.html. Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition to the requirements noted in 52.212-1; quotes shall contain the following: a) contractor provided information that responds to the evaluation factors noted below; b) price proposal for contract lines noted above; c) Quoters shall complete and return with their quotation a copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items; d) acknowledgement of any solicitation amendments. Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Paragraph "a" of the provision is hereby replaced with the following: "Award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for non-price evaluation factors. PRICE: The NPS shall analyze prices to verify they are fair and reasonable per the requirements of Federal Acquisition Regulations, Subpart 13.106-3. The non-price evaluation factors and their associated acceptability standards are: Past performance. Past performance is a measure of the degree to which a contractor has satisfied its customers in the past. Standard of Acceptability: The quoter must receive at least a satisfactory past performance rating from all sources contacted by the NPS. The NPS will evaluate past performance based on, the Government's knowledge of quoter's past performance, and / or references obtained from any other source." Prior Experience: "Prior Experience" is differentiated from "Past Performance" in that this is factual, documented, information about specific work the quoter has performed, which demonstrates the quoter's ability to accomplish the work. Standard of Acceptability: The quoter shall have successfully completed, as the prime contractor, 3 similar projects within the past 3 years. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses, as cited in clause 52.212-5 are incorporated into this solicitation and subsequent contract: 52.206-6, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.225-15, and 52.232-29.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q8221110013/listing.html)
- Place of Performance
- Address: Grand Canyon National Park
- Zip Code: 860230129
- Zip Code: 860230129
- Record
- SN02322958-W 20101107/101105233711-66056fc086f2944c5f7ea2f242dce7a3 (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 |