Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2017 FBO #5760
SOLICITATION NOTICE

61 -- Mobile Ground Power Unit

Notice Date
8/29/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-17-T-0016
 
Archive Date
9/28/2017
 
Point of Contact
Megan J. Leuck,
 
E-Mail Address
megan.j.leuck.mil@mail.mil
(megan.j.leuck.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation number is W912J2-17-T-0016 and is issued as a Request for Quote (RFQ). This requirement is set-aside 100% for Small Businesses, North American Industry Classification System Code (NAICS) is 335312 - Motor and Generator Manufacturing, with a size standard of 1,250 Employees. DESCRIPTION OF REQUIREMENT: The WI Army National Guard end user requires the following items as Brand Name or Equal. Vendor must provide a specification sheet of offered product with their quote. If specification sheet is not included, vendor may be considered non-compliant. Line Item 0001: 1 EA - Unitron UFC Series Mobile PwrKart 400Hz & 28VDC Ground Power Unit (20kVA to 45kVA) Required Specifications - Front Panel Summary Fault Indicator: required for proper testing procedures - Certified for Indoor/Outdoor (Hanger/Pad) Use - Automatic Input Line Monitoring: required for safety of equipment and personnel - 8000 Event Log/ Diagnostics: required for troubleshooting and verification - 3 Wire Plus Ground Input - TCP/IP/Ethernet Interface: for easy interface capabilities - 10% (at least) Automatic Line Drop Compensation (ALDC): for safety of personnel and equipment - Emergency Power "OFF" Switch: required to meet safety needs - Input/Output (I/O) Voltage, Current, and Frequency Monitoring: for proper setup of test procedures - Sleep mode: for safety and power saving and less damage to personnel and equipment - Hand Towable: no other forms of towing available - Dual Output Cables: for work on multiple aircraft with only one input source per hangar - 28VDC Output: required to meet needs - Ground Fault Monitor: required for safety of personnel and equipment - Front Panel AC Voltage Adjust at minimum (+- 15%): for proper setup and troubleshooting - Output safety disconnect wanted for safety uses. - No Break Power Transfer (NBPT) Compatible: able to hook up additional sources without needing to stop testing - Pneumatic Ramp Tires: efficiency for pushing through snow - Input & Output Cable Racks - 3 year warranty on parts & onsite labor. Line Item 0002: 1 EA - UFC Cables: WIL-50; Input Power Cable, 100 ft, plug-ready Line Item 0003: 1 EA - UFC Cables: WOA-30M; AC Output Power Cable, 60 ft, banded multiple conductor for 400 Hz unit, with aircraft plug Items must be USA made or be Trade Agreements Act (TAA) compliant. This award will be a Firm-Fixed Price (FFP) contract. Shipping is FOB Destination to: 1950 Pearson St, Madison, WI 53704. Delivery should not exceed 90 days after receipt of order. BASIS FOR AWARD- Lowest Priced Technically Acceptable Offeror (LPTA) The provision FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Vendor must submit a quote and include, at minimum, the following: (1) The solicitation number (2) The name, address, and telephone number of the offeror (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, pictures, or other documents, if necessary. (4) Estimated time for delivery (5) CAGE Code and Tax ID Number If vendor fails to include all required and identified information from FAR 52.212-1 and from the description of requirements, they may be considered non-compliant for award. The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. 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. The following factors shall be used to evaluate offers: price and technical capability of the item offered to meet the Government requirement. To be considered for this award, the contractor shall: 1.) Be able to meet all requirements defined in the solicitation; 2.) Must be registered and current in the System for Award Management (SAM) database per DFARS 252.204-7004 (www.sam.gov) prior to the award. The Government will not delay award for the purpose of allowing a contractor time to register in SAM,; 3.) Contractor shall be able to invoice through Wide Area Work Flow (WAWF) (https://wawf.eb.mil) for payments to be processed electronically. SPECIAL INSTRUCTIONS: Offerors MUST provide offers via e-mail ONLY. OFFER DUE DATE AND TIME: Offers are due no later than 13 September 2017 at 1200 (noon) CST. Please submit any questions concerning the solicitation to the main POC NLT 7 September 2017 at 1200 (noon) CST. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) The following FAR/DFARS provisions and clauses are hereby applicable to this solicitation and any resultant contract award: FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (JAN 2017) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post-Award Small Business Program Rerepresentation (JUL 2013) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (OCT 2016) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) FAR 52.222.50 Combating Trafficking in Persons (MAR 2015) FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (OCT 2016) DFARS 252.211-7003 Item Unique Identification and Valuation (MAR 2016) DFARS 252.225-7001 Buy American and Balance of Payments Program (DEC 2016) DFARS 252.225-7048 Export-Controlled Items (JUN 2013) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving (JUN 2012) DFARS 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) DFARS 252.232-7010 Levies on Contract Payments (DEC 2006) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to the POC below by the offer due date. The Government will not answer questions via telephone. MAIN POC: SSG Megan Leuck, Contract Specialist, megan.j.leuck.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-17-T-0016/listing.html)
 
Record
SN04652111-W 20170831/170829233653-5ec353b615e23cad89f215859bc38840 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.