SOLICITATION NOTICE
61 -- Transformer Switch and Tranformer
- Notice Date
- 10/31/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- M67001 Marine Corps Base, Camp Lejeune - RCO Marine Corps Base Camp Lejeune, NC
- ZIP Code
- 00000
- Solicitation Number
- M6700113Q0012
- Response Due
- 11/7/2012
- Archive Date
- 12/7/2012
- Point of Contact
- Clifford R. Felder 910 450-9381
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote solicitation number is M67001-13-Q-0012. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 and DFAR Change Notice (DCN) 20120906. This acquisition is total small business set aside. The applicable NAICS code is 423610. The FSC Code is 3629. The MCI East Contracting Office, Camp Lejeune NC 28547 has a requirement to a defined quantity of Transformer and Transformer Switch. The Transformer and Transformer Switch must adhere to the minimum characteristics stated below whether mimic exactly alike or similar. The characteristics are as follows: Transformer Switch for 2000kVA Transformer WL 1 load interrupter sw, MVS 5/15kv Outdoor, 15kv max, 13.8kv System, 3 wires, 12000a silver-plated copper bus, 2 structures: (2) 1200a copper silver main plated main bus (2) copper silver plated (1) 15kv Switch 1200a, 61ka mom, 61ka fc (1) Transition section (1) Set of current limiting 125 amp max fuses (1) Visual blown fuse indication (1) Cable Connection to Transformer “ Eaton sourced (1) Premium drive rod links (1) steel cable support (1) set(s) of 12kv distribution class surge arrestor (2) Epoxy insulators (2) Outdoor enclosure Transformer 2000kVA,PAD 12470 High 277/480 LOW VOLTAGE Liquid-Filled Secondary Unit Substation that includes: tank, cabinet, bushings, monitoring and fittings. Tank & Cabinet: 120V outlet, fan control switch- manual on/auto/off, hv flange, contraol box large 24x26x12, Hex-head cabinet handle bolt, and full HGT ś18 ť Deep ATC with Hinged Door LV side Brushings: 2-hole spade HV terminals (live front) x 3, HV porcelain live front bushings (live front ) x3, 6-hole integral spade bushings x 4, Sidewall mounted on left HV (Segement-2) Please submit all quotes in the following format: CLIN:Item NameQtyPrice Total Amount 0001:Transformer Primary Switch1 0002:Transformer1 This contract will be awarded into itself entirety, no partial awards will be awarded. The Government will be issuing an award to the lowest price technically acceptable offer. Quotations will be evaluated in an efficient and minimally burdensome fashion pursuant to FAR 13.106-2(b). Required Information: (a) Price Quotes: The price quote may be provided in the schedule or by separate correspondence; (b) Technical Compliance to Attachment 1; (c) Delivery time; (d) Vendor Information: The vendor information includes DUNS number, Cage Code, Tax I.D. number, email address; and business size. The following Federal Acquisition Regulation provisions and clauses are applicable to this solicitation: 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders- Commercial Items, with the following additional FAR clauses being cited as applicable to this acquisition; 52.204-7 Central Contractor Registration 52.208-4 Vehicle Lease Payments 52.208-5 Condition of Leased Vehicles 52.208-6 Marking of Leased Vehicles 52.208-7 Tagging of Lease Vehicles 52.212-1 Instruction to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications ”Commercial Items, with its offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of the provision.; 52-212-4 Contract Terms and Conditions- Commercial Items; 52.219-6 Notice to Total Small Business Set “Aside 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 52.222-41 Service Contract Act; 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act 52.223-18 Contractor Policy to Ban Text Messaging while Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Third Party 52.225-13 Restrictions on Certain Foreign Purchases ; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.252-2 Clauses Incorporated of Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses are applicable to this acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights; 252.204-7004 Required Central Contractor Registration; 252.211-7003 Item Identification and Valuation 252.212-7001 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 Agreement-Balance of Payments Program ALT I 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modifications. All of the previously mentioned provisions and clauses may be found at the following web site: http://farsite.hill.af.mil. Offerors are required to provide their Contractors ™ DUNS Number, Commercial and Government Entity (CAGE) code, and tax identification number with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF-RA) databases. The WAWF-RA is an application that allows DOD vendors to electronically submit/track invoices and Receipt/Acceptance documents. For WAWF-RA assistance and training, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with CCR registration, contact the CCR Regional Assistance Center 888-227-2423 or visit their website at: http://www.ccr.gov. Offerors must be registered with CCR and have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. Quotes are due by 9:00 a.m. EST on 07 November 2012. Contact GySgt Clifford Felder by telephone at 910-450-9381 or e-mail clifford.felder@usmc.mil, for any additional inquiries. The telephone number of receiving facsimile equipment is 910-451-2331. The Government reserves the right to make an award solely on initial quotations received. Bidders bear the burden of ensuring that quotes (and any authorized amendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The bidder bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67001/M6700113Q0012/listing.html)
- Place of Performance
- Address: 1101 Door 4 Birch St, Camp LeJeune, NC
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN02922461-W 20121102/121031234659-ada051c77f48f0b6204171e9ae398e49 (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 |