920MXS Phase Converter and Transformer
Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information include... Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number FA2521-19-Q-B098 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05; Effective 13 August 2019. This is a set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 238210 with a size standard of $15M. The purpose of this requirement is for the purchase and installation of a 3-Phase 200 amp Converter and 3-Phase Transformer for Bldg. 607 at Patrick Air Force Base, Florida. The Aircraft Metals Technology office, located in Bldg. 607 Rm. 100, currently has 120/240v single phase electricity. In order to properly operate and run the required equipment (a Bridgeport Mill, Clausing lathe and Hardinge lathe) simultaneously, an operational phase converter must be procured and installed into the room's current electrical panel. The purchase and installation of a new phase converter will take the current room and building's electrical capabilities from 120/240v single-phase to three (3)-phase 200 amp. In addition to the phase converter, the Clausing lathe, per manufacture requirements, requires 415 volts for the machine to be operational. Therefore, an operational 3 phase dry type 30KVA transformer must be provided and installed to increase the current electrical 120/240v capabilities to 415 volts. Salient Characteristics and Performance Requirements: Contractor must check the current electrical panel and upgrade, as required, the incoming capacity to ensure capable of supporting all equipment, to include: the Bridgeport Mill, Clausing Lathe and Hardinge Lathe, phase converter and transformer to be installed. Converter and Transformer must be compatible with the current electrical panel i(GE A-Series II panel board, Cat. AQF1424MTX, No. AXQ4B7) Phase Converter Requirements: Single Phase Input Voltage: 208-245 Volts 3-Phase Rated Output: 208-245 Volts Min. Single Phase Circuit: 200 Amps Best Single Motor Start: 50HP Recommended 3-Phase sizing: 125 Amps Voltage Balance: +/-2-5% (Based on input) Transformer Requirements: Duty: General Duty Phase: 3 Rating: 30kVA Neutral (Full Rated): Yes Primary Connection: Wye-N Voltage Combinations: 600Y/346, 480Y/277, 400Y/231, 240Y/139, 208/120 Secondary Connection: Wye-N Material: Copper Frequency: 60Hz Temperature Rise: 130 C Insulation Class: 200 C Efficiency Regulation: Standard Efficiency Sound Level: 45dBA (ST-20) Impedance (Std): 0.5%-5% Approval: CSA, UL Seismic Zone: Zone 4 (SDS=2.0g, z/h=1, lp=1.5) Nameplate: HPS Standard HV Winding Termination (NPL): Mechanical Lugs Please see below for the CLIN structure and quotation breakdown. All interested vendors must submit their quotations in the format below for consideration: Item Description Qty Unit Unit Price Total Amount 0001 3-Phase 200 amp Converter 1 EA 0002 3-Phase Transformer 1 EA 0003 Hardware (Breakers, Disconnects, 1 EA Conduit Boxes, Wire, etc.) 0004 Installation & Diagnostics 1 EA In addition to the quotation, the following information is required: Provide a diagram of work to be performed (detail sketch is acceptable, does not have to be an engineering drawing), to include: - Wire size - Type and size of conduit - All Circuit breaker sizes - A disconnect between transformer and equipment (Clausing lathe) Ship to address: 607 Rescue Rd, Patrick AFB FL, 32925 *FAR Provision 52.212-1, Instructions to Offerors - Commercial Items (Jan 17) applies to this acquisition and the following addendum applies: For RFQ only: The following words stating "offer", "offeror", and "proposal" are replaced with "quotation", "vendor", and "quote". Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ due date: 1 September 2019 RFQ due time: 3:00 P.M. EST Email responses sent to Megan Dunn at megan.dunn.3@us.af.mil and Tiffany Thornton at tiffany.thornton.3@us.af.mil. THIS MUST BE SENT TO MEGAN DUNN AND TIFFANY THORNTON AS STATED ABOVE. ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be email to megan.dunn.3@us.af.mil by 1:00 P.M. EST 28 August 2019. Please provide the following information with your quote: Company Name: ____________ DUNS Number: ____________ Cage Code: _______________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): X Destination _____ Origin Shipping Cost included? X Yes _____ No All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in 4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019) (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) Representation. The Offeror 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. (d) Disclosures. If the Offeror has responded affirmatively to the representation in paragraph (c) of this provision, the Offeror shall provide the following information as part of the offer-- (1) All covered telecommunications equipment and services offered (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). Company Name: ______________________ Company Representative: ______________ DUNS: _____________ CAGE: __________ Title: ______________________________ Signature:____________________________ Date: _______________________________ *52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR Provision *52.212-2, Evaluation -- Commercial Items (Oct 14), applies to this acquisition and the following evaluation is applicable: (a) 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 and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Price; Technical and past performance, when combined, are equal when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.225-18 - Place of Manufacture. As prescribed in 25.1101(f), insert the following solicitation provision: Place of Manufacture (Mar 2015) (a) Definitions. As used in this clause- "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. (End of provision) Discussions: The government intends to award a purchase order without discussions with respective vendors/quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. Include descriptive literature such as illustrations and drawings. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. APPLICABLE CLAUSES THAT WERE MISSING FROM SOLICITATION APPLICABLE CLAUSES WITH INCORRECT/OLD PRESCRIPTION DATES CLAUSES THAT DO NOT APPLY Note: The vendor acknowledges that should the quote or proposal's terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV) (Jan 17), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) 52.204-7 System for Award Management (Oct 18) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 16) 52.204-13 System for Award Management Maintenance (Oct 18) 52.204-16 Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 16) 52.207-6 Solicitation of Offers from Small Business Concerns and Small Business Teaming Arrangements or Joint Ventures (Multiple-Award Contracts) (Oct 16) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Jun 19) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 15) 52.219-1 Small Business Program Representation, Alt I (Sep 15) 52.219-6 Notice of Total Small Business Set-Aside (DEV) (Nov 11) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Representation (Jul 13) 52.222-3 Convict Labor (Jun 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 18) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Sep 16) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 19) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-50 Combating Trafficking in Persons (Jan 19) 52.223-6 Drug-Free Workplace (May 01) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 19) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Oct 18) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 Protest after Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252-203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 13) *252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) *252.204-7008 Compliance with Safeguarding Defense Information Controls (Oct 16) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 16) *252.204-7013 Limitations on the Use or Disclosure of Information by Litigation Support Solicitation Offerors (May 16) 252.204-7014 Limitations on the Use or Disclosure of Information by Litigation Support Contractors (May 16) 252.204-7015 Disclosure of Information to Litigation Support Contractors (May 16) 252.211-7003 Item Identification and Valuation (Mar 16) 252.211-7008 Use of Government-Assigned Serial Numbers (Sep 10) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) *252.225-7000 Buy American Statute-Balance of Payments Program Certificate (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Dec 16) 252.225-7012 Preference for Certain Domestic Commodities (Dec 17) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.239-7018 Supply Chain Risk (Oct 15) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations (Jun 97) 5352.242-9000 Contractor Access to Air Force Installations (Nov 12) 1. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Driver's licenses or state-issued identification cards from Minnesota, Missouri, Washington or America Samoa will need an additional form of an approved ID card. Examples of an approved ID card are: U.S. Passport, U.S. Passport Card, Permanent Resident Card/Alien Registration Receipt Card, and identification card issued by Federal, State, or local government agencies, provided it contains a photograph and biographic information such as name, date of birth, gender, height, eye color, and address. Questions can be addressed to the Patrick AFB Visitor's Center at 321-494-0427, or to the Cape Canaveral Air Force Station Visitor's Center at 321-853-5261. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. 2. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS - ADDITIONAL REQUIREMENTS (a) Contractors must have an approved request letter on file at Security Forces with employees name and the required data. (b) Subcontracts: The contractor shall include this Special Contract Requirement in subcontracts of any tier. (c) Unescorted Access to Installations: (1) To request access to Patrick AFB, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed "45th Security Forces Pass & Registration Badging Request Form". (2) To request access to Cape Canaveral AFS, prior to their proposed business or contract requirements, all contractor personnel shall provide a current completed "CCAFS Badging Request Form". (3) Contractor personnel must complete and sign the applicable form cited above before the required background check (see d. and e. below) can be performed. (d) All personnel entering Patrick AFB and Cape Canaveral AFS must provide two forms of identification (one must be a photo ID) as required by AFI 10-245, and have a background check. (1) For unescorted entry into non-restricted areas of the installations, personnel must obtain, from AF security personnel, favorable National Criminal Information Center (NCIC) check, and have complete social security employment verifications prior to being issued badges (to include temporary passes. (2) Prior to being issued restricted area badges for unescorted entry into restricted areas of the installations, U.S. citizens working as contractor employees must obtain a favorable National Agency Check (NAC). (3) All required information shall be provided to support background checks, and citizenship verification (i.e., birth certificate, passport, voter registration card, resident alien card, or certificate of naturalization). (e) Escorted Access-Temporary Passes: Personnel may receive a temporary pass, Air Force Form 75/Visitor and Vehicle Pass, for no more than 30 total days in one 365 day period. This pass is issued without a criminal background check, but requires a Wants & Warrants check. Persons with temporary passes receive escorted access rights only, i. e.; they must be escorted at all times by an escort official. Escorted personnel must be with their escort official (the escort official must be in plain view) at all times while on the installation. (f) Personnel Background Checks (1) The 45th Security Forces will conduct the background check at no cost to the applicant. Refusal to submit to the background check will result in denial of access. Applicants shall be denied installation access based on an arrest record including, but not limited to the following crimes: (i) Murder (ii) Manslaughter (iii) Rape (iv) Aggravated Assault (v) Burglary (vi) Arson (vii) Other forms of Sexual Assaults (lewd, malicious acts to a child, etc.) (viii) Any other felony (ix) Outstanding warrants (x) Misdemeanor convictions less that 5-year involving moral turpitude offenses (theft, worthless checks, etc.) (xi) FBI Terrorist Watch List (2) Individuals who do not meet the criteria for unescorted base access may still be granted escorted access on a case-by-case basis. The determination will be made based on the results of the background investigation, totality of the criminal record and the types of crime reported. (3) Individuals may appeal denial of escorted/unescorted installation access through the Security Forces. It shall be the responsibility of the applicant who is denied access to submit supporting documents such as court, police or arrest records, evidence of community involvement, letters of recommendation to the denial authority for reconsideration. (4) For the purposes of this policy, convictions are considered to include the following: Guilty verdicts or a Nolo Contendere plea, disposition of cases resulting in deferred adjudication or pretrial diversion and expunged offenses resulting in convictions of crimes enumerated in subparagraph (e)(1) above. (5) Contractors should allow 14 days for background checks to be finalized. The contractor should provide the required form (see c. above) for each of its personnel to the government 14 days before the contract start date whenever possible. Background checks cannot be performed from only a list of names. (g) The Government will not be held responsible for contractual impacts or delays caused by the contractor's failure to take prompt action in providing the required information and documentation to obtain access to Patrick AFB and Cape Canaveral AFS. (End of clause) The full text of these clauses and (*) provisions may be assessed electronically at the website: http://farsite.hill.af.mil. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »