MODIFICATION
36 -- Uninterruptible Power Supply (UPS) for the Electron Beam Lithography and Scanning Electron Microscope (SEM) systems
- Notice Date
- 8/24/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-T-0284
- Archive Date
- 9/12/2012
- Point of Contact
- Emmeline J. Spaulding, Phone: 9375224565
- E-Mail Address
-
emmeline.spaulding@wpafb.af.mil
(emmeline.spaulding@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 8/24/2012- The response date is changed from 8/24/2012 2:00 pm to 8/28/2012 2:00 pm This is a combined synopsis/solicitation for an Uninterruptible Power Supply (UPS) for the Electron Beam Lithography and Scanning Electron Microscope (SEM) systems in the AFRL/RY cleanroom. In accordance with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is FA8601-12-T-0284 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 26 July 2012. This acquisition is going to be a full and open competition under North American Industry Classification System Code 334516. Size standard is 500. The ASC/PKO Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for an UPS for the Electron Beam Lithography and SEM systems in the AFRL/RY cleanroom. The requirements are as stated below: • The UPS operating input and output voltage must be 480 VAC (±1%), 3 phase, 60 Hz, 3 wire + ground. • The UPS input external overcurrent protection requirement must not exceed 150A. • The output external overcurrent protection shall be rated at 150A. • The UPS minimum output power must be both 100kVA and 90kW with the battery capacity to supply power to a full 90 kW load for at least 5 minutes. • The heat rejection must be less than 15kBTU/Hr. • The dimensions of the entire unit must not exceed 108" (W) x 36" (D). The unit height must not exceed 85". • The unit must include a floor mount external bypass for isolation and maintenance. • The UPS must utilize a double conversion scheme with the ability to maitigate powere anomalies including brown-outs, spikes, and surges. • A touch screen control is required with the following minimum readouts and controls: Status of the inverter load, battery operation, fault data, inverter start and stop, load transfer to static bypass source, and battery low voltage. • Uptime ≥ 5 minutes. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and cert in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. 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: Technical Capability and Price. The quotations may be in any format but MUST include: 1. Proposing company's name, address, and phone 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Item price 5. Total price 6. Shipping (FOB Destination) 7. Payment terms are Net 30 after delivery and acceptance 8. Applicable discounts 9. Timeframe that the quote is valid 10. Delivery Schedule 11. Warranty Information (if applicable). 12. Completed FAR 52.212-3, Representations and Certifications 13. Completed DFAR 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, -- Evaluation -- Commercial Items.. [Fill in portion of this clause is: Technical and Price] FAR 52-212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's 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 Representation 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 52.223-18, 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 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 2:00 PM, Eastern Time on 28 August 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to Emmeline.spaulding@wpafb.af.mil or send requested information to: ASC/PKOAA Attn: Emmeline Spaulding 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or Emmeline.spaulding@wpafb.af.mil. 8/24/2012- The response date is changed from 8/24/2012 2:00 pm to 8/28/2012 2:00 pm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0284/listing.html)
- Place of Performance
- Address: wpafb, wpafb, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02854643-W 20120826/120825000438-5b92413720bd4f04b277c6bc060aec5d (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 |