The RFP Database
New business relationships start here

DC Power Supply


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

FBO Announcement: Combined Synopsis/Solicitation
Action Code: <COMBINED>
Classification Code: 59-Electrical and electronic equipment components
Subject: DC Power Supply
Solicitation Number: F7H2MS7047AW01
Response Date: September 14, 2017 4pm EST
Contact Points: Anthony Hayden Anthony.m.hayden2.mil@mail.mil
Delivery shall be FOB Destination for the following items no later than 30 days ADC:
Kentucky Air National Guard
1101 Grade Lane
Louisville, KY 40213
Description:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for evaluation and solicitation for Commercial Items- as Supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested and a separate written solicitation document will not be issued. The solicitation is being issued using Simplified Acquisition Procedures.
This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC-79)
Offerors must submit all questions concerning this solicitation in writing to the Contracting Officer. All responses to the questions will be made in writing, without identification of the questioner, and be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334515 with a small business size standard of 750 employees. This acquisition is being procured using full and open competition and all interested parties may submit a quotation for consideration
*** All interested Contractors shall provide a quote for the following:
Background:
All Items must be new. Porotypes, demonstration models, used, or refurbished equipment will not be considered for award. All items requested will accept an OR EQUAL item.
Price Schedule:
All offerors shall provide a quotation for the following line items:
Line Item 1:
Furnish and Replace DC power supply.
Power Conversion Technologies, Inc. Model No. DC-200-28-480-TF, 200A 28V DC Power supply, 5.6KW.
QTY 1
Item Details:
The Kentucky Air National Guard will hold a site visit for all interested in DC Power Supply project posted on FBO www.fbo.gov on Wednesday, August 30, 2017. This solicitation is a 100% small business set-aside.
Date: Wednesday, August 30, 2017
Time: 1:00 PM Eastern Standard Time
Interested vendors shall meet at the Kentucky Air National Guard Base located at 1101 Grade Lane, Louisville, Kentucky 40213 no later than 12:45 PM. This is to ensure enough time to process through gate entry as you will require a gate escort.
The site visit will include a tour of current location of DC Power Supply needing to be removed and replaced with new DC Power supply unit. Individual meetings with interested vendors either prior to, at the conclusion of, or in the days/weeks following the site visit will not be scheduled.
Interested vendors must confirm their attendance no later than Tuesday, August 29, 2017 by 4:00PM EST. by contacting the Contracting Office via email anthony.m.hayden2.mil@mail.mil and/or Amanda.l.blackburn2.mil@mail.mil. Please include the names of the individuals planning to attend from your company. The Contracting Office will acknowledge receipt of your email upon receipt.
A vendor's decision not to attend the site visit will not preclude the vendor from providing a quote for this project. However, the KYANG will not be providing additional specifications other than those listed within the solicitation, and additional site visits and individual meetings for this project will not be conducted.
Vendors may submit questions needing clarification to the Contracting Office by Friday September 8, 2017 4:00 PM EST. If necessary an amendment to the RFQ will be posted no later than Monday September 11, 2017 4:00 PM EST. Final quotes must be submitted by close of solicitation Thursday September 14, 2017 4:00 PM EST.
Please direct any questions regarding this procurement to the Contracting Office:
TSgt Anthony Hayden Anthony.m.hayden2.mil@mail.mil and
MSgt Amanda Blackburn Amanda.l.blackburn2.mil@mail.mil
See Attachment I at bottom of this document for specifications.
Provisions and Clauses:
The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil
Provisions
52.204-7 System for Award Management
52.212-1 Instructions to Offerors- Commercial Items
52.212-3 Offerors Representations and Certifications-Commercial Items
52.225-18 Place of Manufacture
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
Clauses
The following FAR clauses apply to this acquisition and will be incorporated into the resultant contract.
FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998),
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil

52.204-10 Reporting Executive Compensation
52.204-13 System for Award Management
52.204-19 Incorporation by Reference of Representations and Certificates
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)
52.212-4 Contract Terms and Conditions- Commercial Items
52.222-50 Combatting Trafficking in Persons (FEB 2009) (22 U.S.C.7104(g))
52.222-3 Convict Labor (June2003) (E.O. 11755)
52.222-19 Child Labor- Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126)
52.222-21 Prohibition of Segregated Facilities (Feb 1999)
52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246)
52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513)
52.225-1 Buy American Supplies
52.225-3 Buy American Free Trade Agreements Israeli Trade Act Certificate Alternate I
52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O. proclamations, and statues administered by the Office of Foreign Assets Control of the Department if the Treasury)
52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) ( 931 U.S.C. 3332)
52.216-24 Limitation of Government Liability
52.216-25 Contract Definitization
52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran- Representations and Certifications
52.232-39 Unenforceability of Unauthorized Obligations
52.232-40 Providing Accelerated Payments to Small Business Contractors
52.233-3 Protests After Award (AUG 1996) ( 31 U.S.C. 3553)
52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)
52.244-6 Subcontracts for Commercial Items
52.247-34 FOB Destination


252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013)
252.211-7003 Item Unique Identification and Valuation
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012)
252.232-7006 Wide Area WorkFlow Payment Instructions
252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013)
252.225-7048 Export-Controlled Items (Jun 2013)


Clauses incorporated by Full Text


FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2010) (DEVIATION)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph
(a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-
252, Title VI, Chapter 1 (41 U.S.C. 251 note)).
(ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).
(vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)).
___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)).
(x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007)
(41 U.S.C. 351, et seq.).
(xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for
Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.)
(xii) 52.222-54, Employment Eligibility Verification (Jan 2009).
(xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar
2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb
2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)



252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR
EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010)
(b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR
Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or
Executive orders applicable to acquisitions of commercial items or components.
(1) _X_ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847
of Pub. L. 110-181).
(14)(i) _X___ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (JUL
2009) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note).
(25)(i)_X_ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(26) _X_ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement
Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract:
(4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631).
(5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).
(End of clause)


 



For offers to be considered at a minimum all RFQs must include the following: Completed Representations /Certifications (SAM), Completed Pricing Schedule, Completed Acknowledgement of Terms and Conditions. Offerors shall submit quotations to 123rd Contracting Office, no later than Thursday, September 14, 2017 at 4:00PM EST.FAX quotations shall not be accepted. E-mail quotations shall be accepted at anthony.m.hayden2.mil@mail.mil. Please reference the RFQ number in the subject line of email communications. Offerors' quotations shall not be deemed received by the Government until the quotation is entered in the e-mail box set forth above. Please make all quotes valid through September 30th 2017. Also, include DUNS, Cage code, Tax ID, Shipping & Lead Time for items. The point of contact for this solicitation is Anthony Hayden (502) 413-4617 if any additional information is required.
Evaluation
Award shall be made to the vendor based on lowest priced, technically acceptable. Technically acceptability means that the quote meets all of the stated minimum specifications. The Government shall evaluate price for reasonableness.



ATTACHMENT I:


PCTI Model Number DC-200-28-480-TF

Input Voltage: 480V AC+/- 10%, 3phase, 60Hz
Input Current: 20A

Output Voltage Range: 22-32 Volts
Output Voltage Nominal: 28 Volts
Output Current Range: 0 to 300A
Output Current Nominal: 200A

Load Regulation: Less than 0.05% for a full load to no load change in output current
Line Regulation: Less than 0.05% for any line voltage change within the input rating
Ripple and Noise: Less than 0.5% (140mV)

Temperature Ranges:  Operating: 0 to 50 C
                                  Storage: -40 to +75 C
Stability: Less than 0.5% total drift for eight hours after an initial warm-up time of 30 minutes at constant ambient, constant line voltage and constant load

Transient Recovery Time: Less than 50 ms for output recovery to within 50mV following a full load current change in the output.

Meters/Instrumentation: Voltmeter, 2% accuracy, 0-40V scale
                                    Ammeter, 2% accuracy, 0-250A scale

Output Protection:
   Overcurrent/Overload
   Overvoltage-adjustable
   Undervoltage-adjustable
   Overtemperature (heatsink, transformer, and cabinet)
   Surge suppression via MOVs
   Shortcircuit via SCR bridge and circuitry
   A current limiting circuit(fixed by the factory over-current) protects the power supply for all overloads including a direct short placed across the output terminals

Input Protection:
   Short circuit via 3 Pole Circuit Breaker
   Phase Loss
   Surge Suppression by MOVs
Output Terminals: Two lugs are provided inside the enclosure. The power supply output terminals are isolated from the chassis and either the positive or negative terminal may be connected to the chasses through a separate terminal.


Anthony M Hayden, Phone (502)413-4617, Email anthony.m.hayden2.mil@mail.mil - Amanda Blackburn, Phone (502) 413-4030, Email amanda.l.blackburn2.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP