Remote Circuit Breaker Racking Unit
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number: F6THCC9191AW01 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03, 12 July 19 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190628. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 335313 with number of employees not to exceed 1,250. Description of Requirement: CLIN 0001: 1ea. Remote Circuit Breaker Racking Unit and all associated hardware & equipment. Like or similar to inoRAC universal remote racking system. See complete list of requirements below: One (1) Remote circuit breaker Racking Unit and all associated hardware and equipment, including attachments for: push-button operation of trip/close push buttons on breaker, rotary and lever driven breakers attachments. Must be able to rack and un-rack Westinghouse circuit breakers: DS-206, DS-416, DB-15, DB-25, DB-50 and 50-DH-50 without modification to existing switchgear or circuit breakers. Remote Racking Unit will be equipped with replaceable, non-flat, rubberized tires, and must be maneuverable by a single individual while de-energized. All hardware and equipment must function within a single base unit with remote control capabilities. Base racking unit must be operated by 120VAC power at 60 Hz to drive a variable speed torque motor with jog control and revolution count monitoring. Computerized Remote control must have a distance of at least fifty (50) feet. Computerized Remote unit should display step-by-step instructions of the rack/unrack process with safety precautions and must display real time torque value and breaker position throughout the racking/unracking process with alerts and overrides for out of tolerance readings. The system should be able to save rack/unrack specifications for at least 100 different circuit breakers. Computerized Remote unit must have log-in enabled access limiting operations of the racking unit to qualified individuals. Delivery must include on-site, experienced, calibration of system for 100 circuit breakers and on-site training for two (2) supervisors and 12 operators. Training must include: Advanced supervisor training to ensure they know how to create, modify, and delete different breaker profiles. Basic user training covering safety precautions, setup, assembly, disassembly, preventative maintenance and safe operation of the unit along with how to identify potential problems. Calibration and training should not to exceed 5 working days in length. Remote circuit breaker rack/unrack system should come with at least one year full warranty including parts, labor, travel to/from customer site and computer program updates. Bids must be technically reviewed and approved by customer before acceptance. Total $__________________ **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED AS LONG AS THEY ARE COMPLIANT AND MEET THE ESSENTIAL CHARACTERISTICS LISTED IN THE DESCRIPTION OF REQUIREMENT ABOVE. ** This acquisition will be evaluated with price and technical acceptability for the specific breakers outlined above. A firm fixed price contract will be awarded on a LPTA basis. Site Visit: A site visit will be conducted at 9:00 AM PST 22 Aug 2019 at WADS (852 Lincoln BLVD, JBLM, WA 98438). Please email Nolan.Rayne@us.af.mil by 2:00 PM 21 Aug to get all information necessary for base access. Delivery requirement: 30 days ARO, FOB Destination to Joint Base Lewis-McChord, WA. Exact address will be provided upon award. Delivery and install will be at/to: Clint Stephens 852 Lincoln BLVD JBLM, WA 98438 Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 27 August 2019. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: BUYER: Matthew Richard Alternate Buyer: Robert Jones Emails: 141MSG.MSC@us.af.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal (IF APPLICABLE) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, price as well as technically acceptability "all or none" is the evaluation criteria. This is a LPTA decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6 (DEV 2019-O0003), Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »