The RFP Database
New business relationships start here

6.9 kV Station Service Breakers for Parker Dam


Nevada, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

R17PS00710 - Combined Synopsis/Solicitation
6.9 kV Station Service Breakers for Parker Dam

(i) 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; quotes are being requested and a written solicitation will not be issued.

(ii) To facilitate electronic quote submissions through FedBizOpps, a request for quote (RFQ No. R17PS00710) is being issued subsequent to this combined solicitation/synopsis.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95, dated 01/19/2017.

(iv) This requirement is an Economically Disadvantaged Women-owned small business (EDWOSB) set-aside (at this time, only quotes from certified EDWOSBs will be considered for award). The North American Industry Classification System (NAICS) Code for this acquisition is: 335313 Switchgear and Switchboard Manufacturing. The small business size standard for NAICS Code 335313 is 1,250 employees.

(v) Line item 0001 - 6.9 kV Circuit Breakers, four (4) each, in accordance with the Specifications. The Specifications provide more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00710).

Line item 0002 - Manual Transfer Switch, one (1) each, in accordance with the Specifications. The Specifications provide more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00710).

Line item 0003 - Remote Racking Device, one (1) each, in accordance with the Specifications. The Specifications provide more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00710).

Line item 0004 - S7/8 Panel Replacement (480V Panel Factory Assembled - Includes Molded Case Circuit Breaker, Indoor Power Cable, Indoor Ground Cable and Motor Starter), one (1) each, in accordance with the Specifications. The Specifications provide more detailed information about the requirement and is attached to the RFQ at FedConnect.net (public opportunity reference number R17PS00710).

(vi) The Bureau of Reclamation has a requirement for a contractor to deliver various electrical materials for Parker Dam's 6.9kV Station Service Switchgear (all the requirements are listed in Attachment 1 - Specifications).

(vii) Delivery is anticipated by November 2, 2017. All items shall be delivered to Bureau of Reclamation, Parker Dam Power Plant, Highway 95, Parker Dam, CA 92267.

The following clauses and provisions are applicable to this commercial item acquisition:

(viii) FAR provision 52.212-1, Instructions to Offerors - Commercial Items

(ix) FAR clause 52.212-2, Evaluation - Commercial Items
Determination of award will be based on the lowest-priced, technically acceptable, responsive quote from a responsible offeror. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government's requirement, (ii) price; and (iii) past performance

(x) FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items
Offerors are advised include with their offer, a completed copy of the provision 52.212-03, or indicate completion of the provision online. Offerors may complete the annual representations and certifications online at https://www.sam.gov/.

(xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items.

(xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items.

The following additional FAR clauses cited in 52.212-5 are applicable to the acquisition:
52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006), WITH ALTERNATE I (OCT 1995)
52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016)
52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015)
52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE, ALTERNATE I (NOV 2011)
52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014)
52.219-13, NOTICE OF SET-ASIDE ORDERS (NOV 2011)
52.219-14, LIMITATIONS ON SUBCONTRACTING (JAN 2017)
52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (JUL 2013)
52.219-29, NOTICE OF SET-ASIDE FOR, OR SOLE SOURCE AWARD TO, ECONOMICALLY DISADVANTAGED WOMEN-OWNED SMALL BUSINESS CONCERNS (DEC 2015)
52.222-3, CONVICT LABOR (JUNE 2003)
52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016)
52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26, EQUAL OPPORTUNITY (SEPT 2016)
52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015)
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014)
52.222-37, EMPLOYMENT REPORTS ON VETERANS (FEB 2016)
52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010)
52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015)
52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015)
52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUNE 2008)
52.232-29, TERMS FOR FINANCING OF PURCHASES OF COMMERCIAL ITEMS (FEB 2002)
52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013)

(xiii) Additional contract requirements include the following clauses and provisions:
52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS-REPRESENTATION (JAN 2017)
52.225-25, PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATION (OCT 2015)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)
52.242-15, STOP-WORK ORDER (AUG 1989)
52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984)
52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984)
1452.215-71, USE AND DISCLOSURE OF PROPOSAL INFORMATION--DEPARTMENT OF THE INTERIOR (APR 1984)
1452.211-80, NOTICE OF INTENT TO ACQUIRE METRIC PRODUCTS AND SERVICES -- BUREAU OF RECLAMATION (MAR 1993)
1452.222-81, EMPLOYMENT VERIFICATION
1452.225-82, NOTICE OF WORLD TRADE ORGANIZATION GOVERNMENT PROCUREMENT AGREEMENT EVALUATIONS--BUREAU OF RECLAMATION (MAY 2005)
DOI-AAAP-0028, ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS-INVOICE PROCESSING PLATFORM (IPP) (APR 2013)
DOI-AAAP-0050, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (DEC 2015)

(xiv) Not applicable

(xv) All questions shall be submitted via email to jschilke@usbr.gov no later than July 3, 2017, by 4:00 P.M., local time, and shall reference the RFQ number in the subject line (R17PS00710).

Offers are due July 12, 2017, by 4:00 P.M., PDT. Responsible offerors are requested to submit a quote for this requirement. Offers shall be submitted electronically through FedBizOpps or via email to jschilke@usbr.gov.
*Note that this is an Economically Disadvantaged Women-Owned Small Business (EDWOSB) Set Aside and at this time, only quotes from certified EDWOSBs will be considered for award.*

(xvi) The Point of Contact for this solicitation is Ms. Jennalyn Schilke. She may be reached via e-mail at jschilke@usbr.gov, or by phone at 702-293-8030. The alternate POC is Mr. Austin Sachs, ksachs@usbr.gov or 702-293-8037.

Schilke, Jennalyn

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP