Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2020 SAM #6852
SOLICITATION NOTICE

66 -- 66--REPLACE DC RAMP TEST SET (CURECANTI)

Notice Date
8/31/2020 12:34:28 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
UPPER COLORADO REGIONAL OFFICE SALT LAKE CITY UT 84138 USA
 
ZIP Code
84138
 
Solicitation Number
140R4020Q0091
 
Response Due
8/31/2020 12:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Greene, Lori
 
E-Mail Address
LGreene@usbr.gov
(LGreene@usbr.gov)
 
Awardee
null
 
Description
The purpose of this amendment is to add addtional information about BOR's current ramp test set for the trade in found on CLIN 0020. BOR's current test DC Ramp Test Set's Serial Number is 907. For more information please refer to the attached image of the current DC Ramp test set plate COMBINED SYNOPSIS/SOLICITATION TEMPLATE (FAR 12.603) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with FAR part 13 and additional information included in this notice. The BOR intends to award a firm fixed price award for a DC Ramp Test Set as represented in the specifications. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 140R4020Q0091 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations (FAR). This requirement is being solicited as a full and open, unrestricted procurement and will be awarded on a best value basis in accordance with FAR part 13. The applicable NAICS is NAICS 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 Employees. �Brand Name or Equal Procurement� all items must be new. Prototypes demonstration models, used or refurbished equipment will NOT be considered for award. All line items must meet or exceed specifications of items solicited as an Or Equal product. Quote Pricing Schedule This a brand name or equal requirement. If offering an equal product, the offer must clearly identify the brand name and model number, along with descriptive literature about how the proposed product meets the required salient characteristics. CLIN Description of supply Unit Qty Unit Price Price 0010 DC Ramp Test Set - Model DCR60 EA 1 0020 Trade-In Value of Current DC Ramp Test Set if Applicable EA 1 Discount Total Price Proposed: Total price to include all applicable fees, taxes, and delivery. FOB Destination: U.S Bureau of Reclamation 1330 East Oak Grove Road Montrose, CO 81401 Vendor Information Offeror�s Business Information: Business Name: _______________________________ DUNS Number/Cage Code: ______________________ Tax ID Number: _______________________________ Business Size (select one): Large or Small Authorized Agent�s Signature/Date: _______________________________ The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1 substitutes the term �quote� where the term �offer� appears in the provision. DC RAMP SET SPECIFICATIONS Specifications and Salient Characteristics Brand Name or Equal Product Purchase The Contractor shall provide one complete DC Ramp Test Set, Iris Power DCR 60-2. To meet or exceed the following characteristics A. General.- The Contractor shall provide one complete DC Ramp Test Set, Iris Power DCR 60-2. The ramp set energizes stator windings with a dc voltage to evaluate the quality of stator insulating systems. The Contractor shall include trade in information if applicable for the Bureau of Reclamation�s current DC Ramp Test Set. B. Specifications.- 1. Power Input: 85-264 Vac, 2amperes, 60 Hz. 2. Output Voltage and Metering: 0-60 KV/min (negative polarity) 3. Ramp Rate: 0-2.5 kV/min (continuously adjustable) 4. Output Current: 1.0 mA maximum 5. Current Metering: 0-1|0-2.5|0-5|0-10|0-25|0-50|0-100|0-250 uA 6. PC: USB Interface to a Computer operating on Windows 7 or newer 7. Operating Temperature: 0-40 C 8. Operating Altitude: 0-3,000 meters 9. Standards: IEEE Standard 95-2002, Recommended Practice for Insulation Testing of AC Electric Machinery (2300 V and Above) with High Direct Voltage Bureau of Reclamation Report REC-ERC-78-7 C. Features.- 1. Manual or Automatic ramping of output voltage, user selectable, from 0-60 kV. 2. Emergency stop pushbutton. 3. Voltage and current meters and selector switches on the control module to monitor and set up the test set from the front of the control module. 4. Stator ground detection and protection circuits. 5. Built-in winding discharge circuit. 6. Software display of test current versus test voltage as the test is being conducted with a computer update time sufficient to give an operator the ability to stop the test at any point before insulation failure, based on monitoring the current versus voltage trend screen as it updates on a laptop computer. D. Components.- 1. Control Unit and separate Shipping case (cases suitable for shipping via common carrier). 2. High Voltage Module and separate shipping case. 3. Two grounding cables, one for control unit and one for the high voltage module. 4. One grounding cable and insulated handle for discharging the stator after the test. 5. Cable for connecting the control module to the high voltage input module 6. High voltage cable for connecting the output from the high voltage module to the stator being tested. 7. USB Flash Drive containing a PDF version of the instruction manual and the computer software. 8. Instruction manual. 9. USB cable for connecting Ramp Set to government furnished laptop computer. E. Warranty The Contractor shall warranty the DC Ramp Test Set for a period of one year, from the date of delivery to Reclamation. This warranty shall include any hardware, software, or performance failures which occur during the one year warranty period. The warranty shall include all shipping costs required for repairs, and a guarantee the repairs will be made, including the time required for shipping, within a 30-day continuous period after notification by Reclamation of the failure. F. Delivery The Contractor shall deliver the DC Ramp Test Set to: U.S Bureau of Reclamation 1330 East Oak Grove Road Montrose, CO 81401 The contractor shall protect all parts from corrosion, deformation, and other types of damage during storage, handling, and delivery. Damage to the set or its components during transit shall be replaced at the contractor�s expense. SECTION C - COMMERCIAL CLAUSES � 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses � https://www.acquisition.gov/far/ � 52.212-4 CONTRACT TERMS AND CONDITIONS �COMMERCIAL ITEMS (OCT 2018) � 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) � 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) � 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) � 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts (Sep 2013) � 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) � 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) � 52.242-15 STOP-WORK ORDER (AUG 1989) � 52.247-34 F.o.b. Destination. (NOV 1991) � 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) � DOI-AAAP-0028 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). 'Payment request' means any request for contract financing payment or invoicing payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions-Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist, Connor Roach via email at croach@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3-5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. � 1452.201-70 Authorities and Delegations (Sep 2011) � WBR 1452.201-80 CONTRACTING OFFICER�S REPRESENTATIVE�S AUTHORITIES AND LIMITATIONS -- BUREAU OF RECLAMATION (MAY 2018) � 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Mar 2020) � 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). � 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). � 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). � 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 632(a)(2)). � 52.222-3, Convict Labor (June 2003) (E.O.11755). � 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O.13126). � 52.222-21, Prohibition of Segregated Facilities (Apr 2015). � 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246). (ii) Alternate I (FEB 1999) of 52.222-26. � 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) (29 U.S.C. 793). (ii) Alternate I (JULY 2014) of 52.222-36 � 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). � 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). � 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). � 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) � 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). � 52.225-3, Buy American�Free Trade Agreements�Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate I (May 2014) of 52.225-3. � 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). � 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (OCT 2018) (31 U.S.C. 3332). � 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). � 52.222-55, Minimum Wages Under Executive Order 13658 (MAR 2016) **END OF CLAUSES** PROVISIONS � 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) � 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (MAR 2020) � 52.204-7 SYSTEM FOR AWARD MANAGEMENT (Oct 2018) � 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) The Following Provision must be Completed by and Signed by the Submitting Entity with their quotation package. � 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) The Quoter shall not complete the representation in this provision if the Quoter has represented that it �does not provide covered telecommunications equipment or services as a part of its quoted products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v) of the provision at 52.212-3, Quoter Representations and Certifications-Commercial Items. (a) Definitions. As used in this provision� �Covered telecommunications equipment or services�, �critical technology�, and �substantial or essential component� have the meanings provided in clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing� (1)A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Quoter shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. (d) Representation. The Quoter represents that it � will, � will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. (e) Disclosures. If the Quoter has represented in paragraph (d) of this provision that it �will� provide covered telecommunications equipment or services�, the Quoter shall provide the following information as part of the quote� (1) A description of all covered telecommunications equipment and services quoted (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). Signed: _____________________________________________ Date: ______________ � 52.211-6 BRAND NAME OR EQUAL (AUG 1999) � 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) � 1452.215-71 Use and Disclosure of Proposal Information--Department of the Interior (Apr 1984) � WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation (May 2005) � 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (MAR 2020) � The provision at 52.212-2, Evaluation-Commercial Items, the Best Value quote will be accepted by the government. The following addendum to 52.212-2 applies: WBR 1452.225-82 Notice of World Trade Organizations Government Procurement Agreement Evaluations; WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services. � Evaluation Criteria � (a) The Government will award a Best Value contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The basis of award will be best value, using the following evaluation factors: � Factor 1 � Specifications- The proposed item shall include a description reflecting the characteristics and level of quality that will satisfy or exceed the salient physical, functional, or performance characteristics of �equal� product. � Factor 2 � Price- All proposed price will be reviewed for price reasonableness and any instances of unbalanced price, using price analysis techniques. � Factor 3� Trade-in - A vendor that will offer a trade-in discount for BOR's equipment will be given preference. The provision at 52.212-3, Offeror Representations and Certifications must be completed and be active online at http://www.sam.gov. Prospective contractor is advised to ensure that the NAICS code identified for this procurement is contained in its online representations and certifications in the System for Award Management registry. � 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (MAR 2020) � � 52.212-352.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017) **END PROVISIONS** Written, signed offers on a company letterhead with contact information are due no later than Thursday September 3rd, 2020 at 5:00 PM MST by email to croach@usbr.gov. For information regarding this Request for Quotation, please contact Connor Roach, Contract Specialist at 801-524-3768
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/987468a01b5945f1a50256c69c6cf8fd/view)
 
Record
SN05780876-F 20200902/200831230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.