MODIFICATION
30 -- Vertical Solid State Frequency Converter
- Notice Date
- 12/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- 115 FW/MSC, Wisconsin Air National Guard, 3110 Mitchell Street, Building 500, Madison, WI 53704-2591
- ZIP Code
- 53704-2591
- Solicitation Number
- W912J2-13-Q-1001
- Response Due
- 12/27/2012
- Archive Date
- 2/16/2013
- Point of Contact
- Ryan Johnson, 6082454524
- E-Mail Address
-
115 FW/MSC
(ryan.johnson.32@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and is issued as a Request for Quotation (RFQ). A written solicitation will not be issued. The Request for Quotation number for this requirement is W912J2-13-Q-1001. The 115th Fighter Wing is soliciting quotes for three (3) ea, Vertical Mount Solid State Frequency Converters to be delivered to the Wisconsin Air National Guard, Truax Field, 3110 Mitchell Street, Madison, WI 53704. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price offer meeting all requirements/salient characteristics listed and considered technically acceptable by the end user. This requirement is a 100% SMALL BUSINESS set- aside acquisition. The NAICS code is 335999 and the size standard is 500 employees. ALL PROPOSALS SHALL DECSRIBE THOUROUGHLY HOW THEIR PRODUCT MEETS ALL THE CHARACTERISTICS LISTED BELOW. FAILURE TO DO SO WILL MAKE THAT OFFEROR NON-RESPONSIVE AND WILL NOT BE CONSIDERED FOR AWARD. Contract line item numbers and quantities: 0001: Quantity, 3 Ea. Vertical Mount Solid State Frequency Converter. The converter must meet the following characteristics/requirements: o The power converters shall have a minimum output rating of 90kVA (72kW con- tinuous)115/200 VAC, 3 Ph, 400 Hz o The power converters shall have a configuration: 3 Wire with Grounded Service o The power converters shall have overloads (per ARP 1940) 125%-10 Minutes, 150%-30 Seconds, 200%-10 Seconds and be self-protecting o The power converters shall have the following Controls/Indicators: On/Off, Out- put Voltage, Output Current, Input Power Lamp, Output Power Lamp, Fault Lamp, Circuit Breaker Handle, Elapsed Time Hour Meter o The power converters shall have a transient performance: meet Mil Std 704E, Figure 4, transient output voltage deviation following any sudden change in load of up to 100% rated load o The power converters shall be specifically designed to service present and future aircraft voltage o The power converters shall have mean time to repair (MTTR) = 20 minutes o The power converters shall meet or exceed industry safety codes and standards, to include MILSTD-461B/462 o The government will provide the installation o Shall include an installation and operations manual Shipping: All items shall be delivered FOB Destination within 60 days ARO to the Wisconsin Air National Guard, 115th FW, 3110 Mitchell Street, Madison, WI 53704. The following provisions are applicable to this requirement: FAR 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008) applies to this acquisition. The following addenda are provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE number, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 Alt I Offeror Representations and Certifications-Commercial Items (May 2011). Offerors shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the above website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010). The following addenda are provided to this provision: Paragraph (g) (1): Change requirement for three copies of invoices to 1 copy of invoice. Add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (May 2011). The following FAR clauses cited within this clause are applicable to the acquisition: 52.219-6, Notice of Total Small Business Set-aside; 52.219-8, Utilization of Small Business Concerns; 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;52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222.50, Combating Trafficking of Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-18, Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C.3332), 52.233-3 Protest After Award, FAR 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011). The following clauses and provisions within this clause are applicable: 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports,252.247-7023, Transportation of Supplies by Sea. DFARS 252.204-7004 Required Central Contractor Registration; **SPECIAL REMARKS** ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE PRIOR TO RECEIVING ANY AWARD, NO EXCEPTIONS. See website for registration http://www.sam.gov. For information regarding this RFQ, contact MSgt Ryan Johnson via email at ryan.johnson.32@ang.af.mil. All quotes resulting from this RFQ must be received by email to ryan.johnson.32@ang.af.mil NLT 3:00 P.M. CST on Thursday, 27 December 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47-1/W912J2-13-Q-1001/listing.html)
- Place of Performance
- Address: 115 FW/MSC Wisconsin Air National Guard, 3110 Mitchell Street, Building 500 Madison WI
- Zip Code: 53704-2591
- Zip Code: 53704-2591
- Record
- SN02951376-W 20121220/121218234734-4a9f64abedef8006fe4c089645b7ca86 (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 |