Procurement Summary
Country: USA
Summary: Controllers
Deadline: 24 Mar 2017
Posting Date: 16 Mar 2017
Other Information
Notice Type: Tender
TOT Ref.No.: 11672800
Document Ref. No.: HSCG40-17-Q-61279
Financier: Self Financed
Purchaser Ownership: -
Tender Value: Refer Document
Purchaser's Detail
Name: Login to see tender_details
Address: Login to see tender_details
Email: Login to see tender_details
Login to see detailsTender Details
(i) with the format in subpart 12.6 of the far and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.
(ii) solicitation number 2117407y152115564/hscg40-17-q-61279 applies, and is issued as a request for quote (rfq).
(iii) this solicitation will be all or none
this is a combined synopsis/solicitation for commercial items, prepared in accordance this solicitation document and incorporated provisions and clauses are those in effect through federal acquisition circular 2005-95, effective, 19 dec 2016.
(iv) it is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The north american industry classification system (naics) code is 423690 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.
(v) the u.s. Coast guard, surface forces logistics center (sflc) intends to award a firm fixed price purchase order. Award will be made on an all or none basis and lowest technically acceptable price.
(vi) the united states coast guard surface forces logistics center has a requirement for the following items:
item 1
description: controller
part num: a64-48-30-r120
nsn: 6110-01-lg0-6683
ea: 13
mfg:
descriptive data: controller, scr (silicon controlled rectifer),
a6z series, 3 phase, 480 vac, 50/60 hz, 30
amps, "r120" relay option for 120 vac signal
input to turn a6z into on/off controller.
Must have the r120 option.
Price: total:
item 2
description: controller
part num: a1z-48-30-r120
nsn: 6110-01-lg0-6671
ea: 02
mfg:
descriptive data: controller, heater power, scr (silicon
controlled rectifier), zero voltage switched,
480 volts, single phase, 1-leg, 30 amps.
Includes printed circuit board, fused metal
movs, ccr package, 100% solid state with heat
sink. Must have r120 option.
Price: total:
item 3
description: controller
part num: ecn1812cba-e4a30p67t11
nsn: 6110-01-lg0-6684
ea: 06
mfg:
descriptive data: controller, motor, 7.5 hp, 480/120 volts ac
control transformer, combination, with
110v/50 coil, disconnect switch, nema size 1,
nema freedom type 3r. (rain proof) enclosure,
start/stop pushbutton, non-fused, drawing
number 84-287822, fvnr combo starter, disc,
switch interchangeable heater olr w/cpt
auxilary contacts, 6 extra terminals not
wired, green run/ pilot light. Overall
dimensions to be 10.5" w x 27" h x 6.5" deep.
Note terminals to be wired in accorddance with
the standard eaton wiring diagram.
Price: total:
item 4
description: controller
part num: ecn1814cba-a30-s3-t15-p26
nsn: 6110-01-lg0-6685
ea: 04
mfg:
descriptive data: controller, motor combination with disconnect
switch, nema size 1, nema type 4x enclosure
(w.t.stainless steel) 480/120vac control
transformer, start/stop pushbutton, non-fused,
2 no aux contacts, hoa selector switch, 6
extra terminals not wired, green run pilot
light. Overall dimensions to be 10.5" w x 27"
h x 6.5" deep.
Note terminals to be wired in accorddance with
the standard eaton wiring diagram.
Price: total:
fob destination pricing is preferred, however, if item quoted is not fob destination quotation must include as a separate line item for the following:
questions pertaining to this rfq should be directed to: skc christopher lane at christopher.h.lane@uscg.mil no later than 27 january 17
(vii) place of delivery: u.s. Coast guard, surface forces logistics center, 2401 hawkins point road, bldg. 80, baltimore, md 21226. All deliveries are to be made monday through friday between the hours of 7:00 am and 1:00 pm est.
Preparation for delivery: all material shipped to the u.s. Coast guard, surface forces logistics center, bldg. 80, 2401 hawkins point road, baltimore, md. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the purchase order number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to surface forces logistics center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package.
All deliveries are to be made monday through friday between the hours of 7:00 a.m. And 1:00 p.m. *please note - new receiving hours*
government acceptance: acceptance will be made at destination by a government representative. Acceptance will be contingent upon the representative s verification of no damage in transit, correctness and completeness of order.
(viii) the following far clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml.
Far 52.212-1 instructions to offerors-commercial items (oct 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the sf 1449, letterhead stationery, or email. As a minimum, offers must show: (1) the solicitation number (2) the time specified in the solicitation for receipt of offers; (3) the name, address, and telephone number of the offeror; (4) 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, or other documents, if necessary; (5) terms of any express warranty; (6) price. Delivery information and any discount terms; (7) "remit to" address, if different than mailing address; (8) a completed copy of the representations and certifications at far 52.212-3 (see far 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) acknowledgment of solicitation amendments; (10) past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) if the offer is not submitted on the sf 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) dun & bradstreet number.
(ix) far 52.212-2 evaluation-commercial items (oct 2014). - this is a commercial item acquisition. The evaluation and award procedures in far 13.106 apply. The following evaluation factors shall be considered: the government will award a purchase order 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: the government will evaluate offers based on lowest technically acceptable price..
(x) far 52.212-3 offeror representations and certifications-commercial items (apr 2016) - an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the system for award management (sam) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision.
(xi) far 52.212-4 contract terms and conditions-commercial items (may 2015) applies to this acquisition. The following addendum applies: address for submission of invoices is u.s. Coast guard, p.o. Box 4122, chesapeake, va 23327-4122, phone 757-523-6940 or email address for submission of invoices is fin-smb-yardteam@uscg.mil .
(xii) 52.212-5 contract terms and conditions required to implement statutes or executive orders -commercial items (jul 2014)
(xiii) far 52.213-4 terms and conditions - simplified acquisitions (other than commercial item).
(xiv) the contractor shall comply with the far clauses which are incorporated in this contract by reference, to implement provisions of law or executive orders applicable to acquisitions of commercial items:
(1) 52.219-6, notice of total small business set-aside (nov 2011) (15 u.s.c. 644). (ii) alternate i (oct 1995) of 52.219-6. (iii) alternate ii (mar 2004) of 52.219-6.
(2) 52.219-28, post award small business program representation (jul 2013) (15 u.s.c. 632(a) (2)).
(3) 52.222-3, convict labor (june 2003) (e.o. 11755).
(4) 52.222-19, child labor-cooperation with authorities and remedies (jan 2014) (e.o. 13126).
(5) 52.222-21, prohibition of segregated facilities (feb 1999).
(6) 52.222-26, equal opportunity (mar 2007) (e.o. 11246).
(7) 52.222-36, affirmative action for workers with disabilities (oct 2010) (29 u.s.c. 793).
(8) 52.223-18, contractor policy to ban text messaging while driving (aug 2011) (e.o. 13513).
(9) 52.225-1, buy american act-supplies (may 2014) (41 u.s.c. 10a-10d).
(10) 52.225-13, restrictions on certain foreign purchases (jun 2008) (e.o. S, proclamations, and statutes administered by the office of foreign assets control of the department of the treasury).
(11) 52.232-33, payment by electronic funds transfer-system for award management registration (jul 2013) (deviation)
(xv) quotes are due by 03/24/ 2017 @ 09:00am est.
Questions and quotes may be emailed to christopher.h.lane@uscg.mil contractors are responsible for verifying receipt of quotes.
(xvi) poc is skc christopher lane, purchasing agent, 410-762-6106. Questions regarding this request for quotation need to be submitted in writing to by email christopher.h.lane@uscg.mil 22 march 2017.
61 -- electric wire & power & distribution equipment
naics code:
335 -- electrical equipment, appliance, and component manufacturing/335311 -- power, distribution, and specialty transformer manufacturing
335 -- electrical equipment, appliance, and component manufacturing/335311 -- power, distribution, and specialty transformer manufacturing
for help: federal service deskaccessibility
added: mar 15, 2017 8:56 am
Documents
Tender Notice