SOLICITATION NOTICE
61 -- Automatic Transfer Switch
- Notice Date
- 12/11/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- M00681 MARINE CORPS BASE CAMP PENDLETON - RCO Oceanside, CA
- ZIP Code
- 00000
- Solicitation Number
- M0068113T0006
- Response Due
- 12/17/2012
- Archive Date
- 1/1/2013
- Point of Contact
- Capt Sabrina Gambill 760-763-5420
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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. Solicitation number M00681-13-T-0006 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63 and the Defense Federal Acquisition Supplement, current to DPN 20121116. The North American Classification System Code is 811310 and the small business size standard is 7 million dollars. This acquisition is set-aside 100% for small businesses. Offers received from concerns that are not registered in the Central Contractor Registration (CCR) as a small business concern shall be considered non-responsive. Requirement: One Kohler Automatic Transfer switch with MPAC 1500 controller to include installation, testing for proper operation, and disposal of existing ASCO automatic transfer switch (model 940 serial#986725 cat #E940326099X). This solicitation will accept all quotes that can meet brand name or equal items, with the best interest of the Government in mind. Manufacturer ™s Brand Name, is for descriptive and informational purposes only to reflect the features essential to the minimum needs of the government. Description: Automatic Transfer Switch with MPAC 1500 Controller QTY: 1 MFR: Kohler Model #: KSS-DMTA-02605 Minimum Salient Requirements: - Voltage: 208-480 VAC 50/60 Hz - Current: 40-1000 Amps (standard transition) and 100-600 Amps (programmed transition) - Available with either automatic or non automatic control - Available in 2, 3, or 4 pole configurations - High withstand/closing ratings - Electrically operated - Enclosed arc chambers with arc chutes - Front accessible contacts for easy inspection - Main shaft auxiliary position-indicating contacts, one set normal and one set Emergency Please note: If quoting an equal item offeror, must provide breakdown of technical capabilities of item quoting. Please provide the following information in your quote: 1. Unit Price and Total Price 2. Description (Provide a picture if possible) 3. Delivery Time (after date of contract) 4. Company Information (Cage Code, Tax Identification Number) 5. Warranty with descriptive literature (if any) 6. Freight Cost (if any) to: BLDG 27920 Camp Pendleton, CA 92055 The attached RFQ cover sheet must be filled out accordingly. Evaluation: The Government will award a contract resulting from this solicitation to the responsible business whose quotation conforms to the solicitation and provides the best value to the Government. The Government reserves the right to make award solely on initial quotes received. The following factors shall be used to evaluate quotes: 1. Adherence to the provided Salient Characteristics 2. Price 3. Delivery 4. Past Performance Submission of Quotes Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications “Commercial Items with their quote. The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the Central Contractor Register to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with the CCR, visit www.ccr.gov. Quoters are required to be registered in Wide-Area Work Flow. Quoters can self-register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in this solicitation. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. A quotation for this request shall be submitted via email, or facsimile to the following: Email to: sabrina.gambill@usmc.mil Faxed to: 760-725-4346 Facsimile or emailed quotes and the above required information must be received at this office on or before 11 November 2012, at 12:00 p.m. Pacific Standard Time. The following FAR Clauses/Provisions apply: 52.211-6 Brand Name or Equal 52.212-1, Instructions to Offerors “Commercial Items. 52.212-2, Evaluation-Commercial Items. 52.212-3 Alt. I, Offeror Representations and Certifications “Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders “Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside, 52.219-13, Notice of Set Aside of Orders 52.219-28, Post-Award Small Business Program Representation, 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 52.225-13, Restriction on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer “ Central Contractor Registration) 52.219-1 Alt. I, Small Business Program Representations 52.222-22 Previous Contracts and Compliance Reports 52.247-5, FOB Destination 52.252-2, Clauses Incorporated by Reference The following DFAR Clauses apply: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (incorporating 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests, 252.247-7023 Alt. III, Transportation of Supplies by Sea) 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications Point of Contact Sabrina Gambill, Phone 760-763-5420, Fax 760-725-4346, email sabrina.gambill@usmc.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M0068113T0006/listing.html)
- Place of Performance
- Address: BLDG 27920, Camp Pendleton, CA
- Zip Code: 92081
- Zip Code: 92081
- Record
- SN02946583-W 20121213/121211234629-39d5aca6e5ac517a29429a15107f60ec (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 |