|
COMMERCE BUSINESS DAILY ISSUE OF JULY 6,1998 PSA#2130Defense Information Systems Agency, DITCO-NCR, 701 South Court House
Road, Arlington, VA 22204-2199 61 -- ISOLATION TRANSFORMERS WITH CARRYING CASES SOL DCA100098-R-0044
DUE 072198 POC Cynthia Murphy, Contract Specialist, (703) 607-4608;
George Robertson, Contracting Officer, (703) 607-4604. Fax at (703)
607-4611 This is a combined synopsis/solicitation for commercial items
prepared in accordance with the format in FAR Subpart 12.6, as
supplemented with additional information included in this notice. THIS
ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, PROPOSALS ARE
REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Sealed offers
in original and one copy for furnishing the supplies and services will
be received at DITCO-NCR, ATTN: DTN4 (Cynthia Murphy), 701 S. Court
House Road, Building T-5, Arlington, VA 22204-2199 until 2:00 p.m.
(local time) 21 July 1998. This acquisition for isolation transformers,
mounted in carrying cases and training is being issued as a Request for
Proposals (RFP) under solicitation DCA100-98-R-0044. The acquisition is
a total small business set-aside under SIC code 3612 with a size
standard of 750. The solicitation document and incorporated provisions
and clauses are those in effect through Federal Acquisition Circular
97-04. The Government anticipates one award to be made from this
solicitation. The Government requires each offeror to present a priced
listing of equipment and training for items 0001-0003. THE
GOVERNMENT'S REQUIREMENT SHALL NOT BE PROPOSED AS OPTIONAL FEATURES.
THE CONTRACTOR'S TECHNICAL AND PRICE PROPOSALS SHALL CLEARLY
DEMONSTRATE THAT ALL FUNCTIONAL REQUIREMENTS IN THIS SOLICITAION ARE
MET. DO NOT PROPOSE OPTIONAL FEATURES WHICH EXCEED THE STATED
PERFORMANCE REQUIREMENTS IN THIS SOLICIATION. The following is a
description of the requirements for the isolation transformers with
carrying cases, and training: Line item 0001, Six 37.5 KVA isolation
transformers mounted in carrying cases with a built-in dolly. Line item
0002, Four 45.0 KVA isolation transformers mounted in carrying cases
with a built-in dolly. Line item 0003, 2 operator training sessions and
briefing classes for 13 individuals. ITEMS THAT DO NOT MEET ALL OF THE
CHARACTERISTICS LISTED IN THIS COMBINED SYNOPSIS/SOLICITATION WILL BE
FOUND TECHNICALLY UNACCEPTABLE. OFFERORS SHALL SUBMIT TECHNICAL
LITERATURE AND A DESCRIPTION ADEQUATE FOR THE GOVERNMENT TO DETERMINE
WITHOUT DISCUSSION THAT THE OFFERED ITEMS MEET GOVERNMENT TECHNICAL
REQUIREMENTS. Both the 37.5 KVA and the 45.0 KVA isolation transformers
must meet the following salient characteristics: (1) Enclosure: Type 1.
(2) Hz: 50/60. (3) Type: Dry. (4) Transformer: 3-phase isolation. (5)
Percentage Imp: 3.5 at 170 degrees C. (6) Insulation: Class 220. (7)
Degrees F of Rise: 150 degrees C (302 degrees F). (8) Primary voltage:
190 to 600 Delta H1, H2, and H3. (9) Secondary voltage: 208Y/120 X0,
X1, X2, and X3. (10) Input: Part #E1018-1600, wiring color code,
Black-Phase 1, Red-Phase 2, Blue-Phase 3, and Green-Ground; Output:
Part #E1018-1631, wiring color code, Black-Phase 1, Red-Phase 2,
Blue-Phase 3, White-Neutral, and Green-Ground. (11) Circuit breakers:
square-D molded case; input rated at 600 VAC, 125 amp; output rated at
600 VAC, 175 amp. (12) Primary voltages:
600/594/480/445/420/415/407/400/390/380/370/277/
250/240/220/208/205/190, full capacity tapsas marked. (13) Each unit
for CLINs 0001 and 0002 shall have the transformer equipment mounted in
a rigid, reinforced case to prevent damage during travel movements.
(14) Total weight of each transformer, including case, will not exceed
500 pounds. (15) Each unit for CLINs 0001 and 0002 shall be mounted on
a built-in dolly, with heavy duty, caster type wheels. The delivery
schedule for this product will be 60 days after date of award for the
a single case-mounted isolation transformer of each type (CLINs 0001
and 0002). The Government will require seven days for evaluation and
acceptance of the first units. Delivery schedule for the remaining
case-mounted isolation transformer units will be within 30 days after
acceptance and inspection; partial deliveries of the remaining units
are acceptable. FOB Destination delivery shall be at a location in the
Washington, D.C. area. The award document will provide the delivery
location. Offerors shall propose their commercial warranty; and all
shipping costs are to be included in the proposed price. Technicians
must be citizens of the United States, and will perform training for
equipment resulting from award of this acquisition within 30 days after
all isolation transformers have been delivered and accepted by the
Government. Training will be at a facility located in Washington, D.C.
The provision at FAR 52.212-1, Instructions to Offerors-Commercial
Items, applies to this acquisition. The provision at DFARS
252.204-7004, Required Central Registration (CCR)and subparagraph
(b)(1) applies to this acquisition; and is hereby incorporated by
reference as follows: By submission of an offer, the offeror
acknowledges the requirement that prospective awardee must be
registered in the CCR database prior to award, during performance, and
through final payment of any contract resulting from this
solicitation. The Government will award a contract resulting from this
solicitation to the responsible offeror whose offer conforming to this
solicitation is lowest price and technically acceptable. All offerors
shall submit a completed copy of the provisions at FAR 52.212-3 and
DFARS 252.212-7000, Offeror Representations and
Certifications-Commercial Items, with their offer. IF YOU DO NOT HAVE
A COPY OF THESE, PLEASE REQUEST IN WRITING, THAT A COPY BE FAXED TO
YOU. YOUR OFFER MUST CONTAIN THESE REQUIRED CERTIFICATIONS AND
REPRESENTATIONS IN ORDER TO BE CONSIDERED. The points of contact for
information regarding this solicitation are Cynthia Murphy at (703)
607-4608 or George Robertson at (703) 607-4604. The FAR clause
52.212-5-Contract Terms and Conditions Required to Implement Statutes
for Executive Orders Applicable to Defense Acquisitions of Commercial
Items, applies to this solicitation. The following additional FAR and
DFARS clauses cited are applicable: FAR 52.203-6, 52.203-10, 52.219-8,
52.219-9, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. DFARS
252.212-7000, 252.212-7001, 252.225-7001, 252.225-7015, 252.227-7037,
and 252.233-1000. Posted 07/01/98. (0182) Loren Data Corp. http://www.ld.com (SYN# 0397 19980706\61-0001.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|