MODIFICATION
61 -- VARIABLE SPEED CONTROLLER & MOTOR
- Notice Date
- 2/12/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Navy, United States Marine Corps, Marine Corps Logistics Command (LOGCOM), 814 Radford Blvd, Suite 240, Bldg 3700, Albany, Georgia, 31704-1128, United States
- ZIP Code
- 31704-1128
- Solicitation Number
- M67004-15-T-0024
- Archive Date
- 4/12/2015
- Point of Contact
- Mathew B. Watts, Phone: 2296396078
- E-Mail Address
-
mathew.watts@usmc.mil
(mathew.watts@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- SUBJECT: VARIABLE SPEED DRIVE UNIT AND MOTOR FEDERAL SUPPLY CODE : 61 - Electric Wire, and Power and Distribution Equipment SOLICITATION NUMBER : M67004-15-T-0024 SOLICITATION CLOSES : 12 March 2015 @ 12:00 PM EST Point of Contact : Mathew Watts, Contracts Department, (Code S1940), 814 Radford Blvd, MCLC, Albany, GA 31704-1128. Telephone: (229) 639-6078, Fax: (229) 639-8232 Email responses preferred : mathew.watts@usmc.mil This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR Subparts 12.6 and 13, as supplemented with additional information included with or attached to this notice. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-78. THIS NOTICE CONSTITUTES THE ONLY SOLICITATION. This requirement is set-aside for small business interests. The Marine Corps Logistics Command (MCLC) Albany, Georgia intends to solicit and award a Firm Fixed Price contract for this requirement. The North American Industry Classification System (NAICS) code 334513- Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables applies. Size Standard 500 employees. The government reserves the right to make one, multiple or no award resulting from this solicitation. Note: Ship To address Marine Depot Maintenance Center, Barstow, CA (Yermo Annex) 92311-5015. CLIN 0001 : ACS550 Variable Speed Controller, Qty (1 EACH), P/N: ACS550-U2-245A-4 NEMA 1 (IP21); Free Standing Unit; Three (3) phase supply; 480 Volt; 0.75 to 160Kw or 0.5 to 200 HP Power range; Must be compatible with motor listed on CLIN 0002; MDMCB is excepting quotes for the named Controller or equivalent. If a different Controller is quoted the quote shall include the detailed specifications showing how the Controller matches the above. CLIN 0002: Electric Motor, Qty (1 EACH), 200HP; 0-1800RPM; Frame: 445T; 4250 PSI; Full Torque at 1 RPM up to 1800 RPM; TEFC (Totally Enclosed Fan Cooled) enclosure; Ball Bearing for direct coupled application Offers will be evaluated in accordance with FAR 13.106-2 considering the lowest-priced, technically acceptable offer and past performance. The following FAR/DFAR Clauses/Provisions apply: 52.204-2 Security Requirements 52.204-7 Central Contractor Registration; 52.204-13 Central Contractor Registration Maintenance; 52.211-15 Defense Priority and Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3(Alt 1) Offerors Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.213-3 Notice to Supplier 52.232-39 Unenforceability of Unauthorized Obligations; 52.247-34 F.O.B. Destination; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.204-7005 Oral Attestation of Security Responsibility; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country ; 252.211-7003 Item Identification and Valuation; 252.212-7000 Offerors Representations and Certifications-Commercial Items; 252.225-7000 Qualifying Country Sources as Subcontractors; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7048 Export-Controlled Items: 252.232-7003 Electronic Submission of Payments Requests; 252.232-7006 Wide Area Workflow (WAWF); 252.232-7010 Levies on Contract Payments; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea.); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items; Incorporating - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 Notice of 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; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; Offerors responding to this announcement must provide the information required by 252.212-7000 Offeror Representations and Certifications-Commercial Items - with their offer or indicate that they have entered the information via Online Representations and Certifications Application at https://www.sam.gov/portal/public/SAM /. The offeror must provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management and Wide Area Workflow (WAWF) to be considered for award. The United States Marine Corps utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil. All responsible small business sources may submit a quote which shall be considered. Email (preferred) or faxed quotes with cover sheet and all of the above required information (call the P.O.C. above before faxing). All quotes must be received by the above listed Point of Contact (P.O.C), no later than the Solicitation Closing Date indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67004/M67004-15-T-0024/listing.html)
- Record
- SN03641011-W 20150214/150212234807-6e09f91dce566e1e18e7440666c169a7 (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 |