Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 03, 2011 FBO #3478
SOLICITATION NOTICE

59 -- Areva MiCOM Current Differential Relay(s) - Brand Name Justification

Notice Date
6/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335314 — Relay and Industrial Control Manufacturing
 
Contracting Office
Department of Energy, Federal Locations, Western Area Power Administration, Lakewood, Colorado, United States
 
ZIP Code
00000
 
Solicitation Number
DE-RQ65-11WG92416
 
Point of Contact
Joy L. Trujillo, Phone: 6026052626, Byron D. McCollum, Phone: 6026052776
 
E-Mail Address
jtrujill@wapa.gov, mccollum@wapa.gov
(jtrujill@wapa.gov, mccollum@wapa.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand Name Justification This is a combined synopsis/solicitation for Brand Name only (justification is attached) 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; quotes are being requested and a written solicitation will not be issued separate from this announcement. Solicitation number DE-RQ65-11WG92416 is issued as a Request for Quotation. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. A fixed price contract will be awarded using Simplified Acquisition Procedures. This solicitation is full and open. The North American Industrial Code (NAICS) is 335314 and the business size standard is 750 employees. The U.S. Department of Energy, Western Area Power Administration, Desert Southwest Region requires the following: ITEM 0001: (QTY: 4/EACH) Areva, MiCOM, Current Differential Relay, Part Number: P545318A4N0510K. New Equipment ONLY; NO re-manufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This is a brand name requirement; therefore no substitute/alternate products will be accepted. Delivery - FOB Destination to Tracy Maintenance Facility, 16800 Kelso Road, Byron, CA 94514. Contract line items (CLINs) _ALL_ must be delivered on one of the following weekdays: Tuesday through Friday, excluding Government holidays, between the hours of 7:00AM - 5:30PM, or at a day and time agreed upon by the Government representative(s). The designated Government representative is: Wence Galindo (209) 597-1020; Alternate is Mark Turner (209) 833-3053. Offeror must be registered in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) databases before an award can be made to them. If the offeror is not registered in the CCR and/or ORCA, it may do so through the CCR website at: https://www.bpn.gov/ccr/ and the ORCA website at: http://orca.bpn.gov. The Government intends to award to the responsible contractor whose offer conforms to solicitation requirements and provides best value to the government. All quotes must be valid for 30 days. Written offers and the above required information are due no later than June 8, 2011 by 5:00 PM local time to Department of Energy, Western Area Power Administration, Desert Southwest Region, P.O. Box 6457 (615 South 43rd Avenue), Attn: G1527, Phoenix, AZ 85005-6457 (85009). Electronic responses may be addressed to Ms. Joy Trujillo, Contract Specialist (Fax: (602) 605-2483 or e-mail: JTrujill@wapa.gov ). 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) 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/these address(es): http://farsite.hill.af.mil/vffara/htm or http://www.arnet.gov/ 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/these address(es): http://farsite.hill.af.mil/VFFARA.HTM 52.252-5 -- Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of Energy, Acquisition Letter 2008-6, dated February 19, 2008 (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Energy, Acquisition Letter 2008-6, dated February 19, 2008. 48 CFR, Chapter 1 clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following FAR clauses/provisions are applicable to this procurement: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 [for 52.212-3(g)(1)(i) through (iv) see PMA Deviation *DOE-I-1016 below], Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Condition - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items; FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR52.223-18, Contractor Policy to Ban Text Messaging while Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.247-34, F.O.B. Destination. The following Department of Energy clauses/provisions are applicable to this procurement: DOE-I-1015 BUY AMERICAN ACT - FREE TRADE AGREEMENTS - (PMA DEVIATION) (a) Definitions. As used in this clause "Bahrainian or Moroccan end product" means an article that (1) Is wholly the growth, product, or manufacture of Bahrain or Morocco; or (2) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in Bahrain or Morocco into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed. The term refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of the end product includes services (except transportation services) incidental to the article, provided that the value of those incidental services does not exceed that of the article itself. "Component" means an article, material, or supply incorporated directly into an end product. "Cost of components" means (3) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (4) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. "Domestic end product" means (1) An unmanufactured end product mined or produced in the United States; or (2) An end product manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Scrap generated, collected, and prepared for processing in the United States is considered domestic. "End product" means those articles, materials, and supplies to be acquired under the contract for public use. "Foreign end product" means an end product other than a domestic end product. "Free Trade Agreement country" means Australia, Bahrain, Canada, Chile, El Salvador, Dominican Republic, Guatemala, Honduras, Mexico, Morocco, Nicaragua, or Singapore. "Free Trade Agreement country end product" means an article that (1) Is wholly the growth, product, or manufacture of a Free Trade Agreement country; or (2) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in a Free Trade Agreement country into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed. The term refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of the end product includes services (except transportation services) incidental to the article, provided that the value of those incidental services does not exceed that of the article itself. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Components of foreign origin. Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (c) Delivery of end products. The Contracting Officer has determined that FTAs (except the Bahrain and Morocco FTAs) apply to this acquisition. Unless otherwise specified, these trade agreements apply to all items in the Schedule. The Contractor shall deliver under this contract only domestic end products except to the extent that, in its offer, it specified delivery of foreign end products in the provision entitled "Buy American Act-Free Trade Agreements-Certificate (PMA Deviation) (FEB 2008)." If the Contractor specified in its offer that the Contractor would supply a Free Trade Agreement country end product (other than a Bahrainian or Moroccan end product), then the Contractor shall supply a Free Trade Agreement country end product (other than a Bahrainian or Moroccan end product), or, at the Contractor's option, a domestic end product. *DOE-I-1016 BUY AMERICAN ACT - FREE TRADE AGREEMENTS - - (PMA DEVIATION) (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms " Bahrainian or Moroccan end product," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-(PMA Deviation) (FEB 2008)". (b) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian or Moroccan end products) as defined in the clause of this solicitation entitled "Buy American Act Free Trade Agreements- (PMA Deviation) (FEB 2008)": Free Trade Agreement Country End Products (Other than Bahrainian or Moroccan End Products): LINE ITEM No. COUNTRY OF ORIGIN _____________ _________________ _____________ _________________ _____________ _________________ [List as necessary] (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements (PMA Deviation) (FEB 2008)." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products. Other Foreign End Products: LINE ITEM No. COUNTRY OF ORIGIN _____________ _________________ _____________ _________________ _____________ _________________ [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. The following Western Area Power Administration clauses/provisions are applicable to this procurement: WES-F-1002 REQUIREMENT TO UNLOAD EQUIPMENT AT THE DESTINATION (WAPA, FEB 2008) a. The contractor is responsible for unloading the equipment specified in CLIN(s) _ALL_ to a ground level pad within the substation or other specific location as directed by the Government. The contractor must provide any specialized unloading equipment or truck features that are necessary to unload the equipment. The contractor's costs for properly configured trucks and unloading the equipment at the delivery location shall be included in the quoted price. b. Responsibility for loss or damage to the equipment shall remain with the contractor until the Government accepts the equipment at the destination. If the equipment is rejected due to failure to conform to the contract requirements, the risk of loss or damage shall remain with the contractor until the defects are corrected and the equipment is subsequently accepted by the Government. WES-H-1020 REQUIREMENTS FOR ELECTRONIC SUBMISSION OF PROPOSALS (WAPA, APR 2010) The following requirements apply to proposals and/or other documents submitted electronically via the Department of Energy's (DOE) Industry Interactive Procurement System (IIPS) or by other electronic means. The DOE IIPS may be accessed via the "DOE e-Center" web page. a. The terms and conditions contained in the Notice of Disclaimer on the IIPS are hereby incorporated into this solicitation. b. Required file formats: All electronic files must be submitted in one or more of the following Microsoft Office for Windows (Office 2007 or earlier formats) compatible file formats.doc,.xls,.mdb,.ppt; portable document format (.pdf); or graphic file formats.gif or.jpg. Use whichever format is most appropriate for the type of document involved. Engineering drawings, if any, must be in AutoCAD,.pdf, or in one of the acceptable graphic file formats. NOTE: If there are an inordinately large number of drawings, or if the file sizes are prohibitively large for efficient electronic transmission, contact the Contracting Officer before the proposal due date for further instructions. c. Offerors are responsible for ensuring their electronically submitted files are free from viruses and are in a prescribed, readable file format. Any file containing a detectable virus will be rejected and considered non-responsive. To avoid making unintentional changes to an offeror's proposal, Western will not translate files submitted in incorrect file formats. d. For purposes of determining the timeliness of proposal submissions, the date/time stamp (DTS) assigned by IIPS will be used unless otherwise specified in the solicitation. e. Electronic signatures. Submission of proposals via IIPS will constitute signed copies of the required documents. The name of the authorized, responsible company official who would normally sign the document shall be entered on the signature line. In addition, the Contracting Officer may require, at his or her discretion, a signed, paper copy of each original signature page to be submitted via US Mail or by facsimile. f. Updates or changes to proposals or other documents originally submitted via IIPS must also be submitted via IIPS. If a conflict or discrepancy is discovered between a paper copy of a contract document, the file posted on IIPS shall be considered the official controlling version of the document. g. Offerors must use discrete file names and descriptions for all files uploaded to IIPS. h. Offerors shall not make changes to Government-originated files/documents (other than for signatures or fill-ins) that must be returned to the Government. Direct questions or concerns about any Government-originated documents to the Contracting Officer. WES-H-1043 FOREIGN VISITORS AND CONTRACT EMPLOYEES (WAPA, MAY 2005) The Contractor must receive prior, written approval from the appropriate Western Security Manager (WSM) before any non-U.S. Citizens (Foreign Nationals) visit or work at any Western Area Power Administration (Western) facility. The Contractor must certify in writing that: 1) each of their employees working under this contract that may visit or be assigned to work at any Western facility is a U.S. Citizen, or; 2) the Contractor shall provide an accurately completed Foreign National Data Card, WAPA Form 3000-72, Attachment (available upon request, if necessary) for each of their Foreign National employees that may visit or work at any Western facility. The Contractor shall forward the completed Form to the COR at least 45 days in advance of each Foreign National employee's visit or their beginning of work. Foreign National employees shall not be allowed on-site at any Western facility without prior approval of the cognizant WSM. Circumstances which do not allow a 45 day notification require prior, written approval of the cognizant WSM. The Contractor shall include this requirement in any subcontract it issues under this contract. Western reserves the right to remove any contract employee from Western's property pending the conclusion of the Foreign National background check.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b84630d12bf143228a9997af1bf24132)
 
Place of Performance
Address: See delivery information in solicitation announcement description., United States
 
Record
SN02461556-W 20110603/110601234912-b84630d12bf143228a9997af1bf24132 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.