The RFP Database
New business relationships start here

Transformers for Waste Water System


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

The 724 EABS, Contracting Office, Agadez, Niger intends to solicit and award firm-fixed price contract for Transformers. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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.
This is Request for Quotation numbered FA5422-17-Q-0780. The North American Industry Classification System (NAICS) code for this acquisition is 335311 with a size standard of 750 employees. This is a full and open, Lowest Price Technically Acceptable acquisition.
In accordance with the FAR Subpart 13.106-1(a)(2) offerors are notified that the award will be made to the offer that provides the best value to the government after consideration of technical, price, and delivery aspects of the offer.


1. Requirement:


(0001) QUANTITY 4 EACH: - 45 kVA Transformer (P: 2400 Delta x 4160 Delta Volts, S: 277/480 VAC)
-> Dual-Pump Lift Station *SEE ATTACHED SOR


(0002) QUANTITY 1 EACH: - 225 kVA Transformer (P: 2400 Delta x 4160 Delta Volts, S: 120/208Y VAC, 3 phase and 1 phase)
-> Wastewater Treatment Plant *SEE ATTACHED SOR


(0003) QUANTITY 1 EACH: - 225 kVA Transformer (P: 2400 Delta x 4160 Delta Volts, S: 277/480 VAC)
-> Water Distro Pump (dual pump, 30 HP, 400 GPM) *SEE ATTACHED SOR


(0004) QUANTITY 1 EACH : -150 kVA Transformer (P: 277/480 VAC, S: 120/208Y VAC)
-> Water Purification Unit *SEE ATTACHED SOR


(0005) QUANTITY 1 LOT: Shipping



2. Shipping Address.


FY4484 305 APS TROT
CP 609 754 5445
1757 VANDERBURG AVE BLDG 1757
JOINT BASE MDL NJ 08641


3. Statement of Requirement (SOR:


 


 


 


 


 


 


 


 


 


 


 


 


 

STATEMENT OF REQUIREMENT (SOR)

9 June 2017

Water and Wastewater Distribution System Transformers


1. PROJECT BACKGROUND


High-voltage stepdown transformers are required to power critical infrastructure. The quantity required and specifications are below.


(4) - 45 kVA Transformer (P: 2400 Delta x 4160 Delta Volts, S: 277/480 VAC)
-> Dual-Pump Lift Station
(1) - 225 kVA Transformer (P: 2400 Delta x 4160 Delta Volts, S: 120/208Y VAC, 3 phase and 1 phase)
-> Wastewater Treatment Plant
(1) - 225 kVA Transformer (P: 2400 Delta x 4160 Delta Volts, S: 277/480 VAC)
-> Water Distro Pump (dual pump, 30 HP, 400 GPM)
(1) - 150 kVA Transformer (P: 277/480 VAC, S: 120/208Y VAC)
-> Water Purification Unit


All transformers shall be dry-type. All transformers shall be pad mounted and built with a cabinet and cabinet door(s, NEMA 3R). The transformer will be stepping down high voltage (4160V) to low voltage systems (with the exception of water purification unit transformer). US power is provided (60 Hz). Ambient temperatures max out around 130F in the summer and dip to 50F in the winter.


2. Transformer Requirements


• 45 kVA Transformer - (P: 2400 Delta x 4160 Delta Volts, S: 277/480 VAC)


kVA - 45 kVA 3 Phase Pad-Mounted Transformer
Temperature Rise - 65 degree average winding rise
Cooling Class - ONAN
Frequency - 60 Hz.
High Voltage - 2400 Delta x 4160 Delta Volts, 60 kV BIL
Low Voltage - 277/480 VAC, 30 kV BIL
kV Class - 15 kV
Insulating fluid - Mineral Oil
Elevation - Designed for operation at 1000 m (3300 ft) above sea level
Sound Level - NEMA TR1 Standard
Efficiency Standard - DOE 2016
High Voltage Configuration - Dead Front, Loop Feed
Taps [Isolated] - 2 - 2.5% taps above and 2 - 2.5% taps below nominal
Tap Changer -100 Amp 5-position tap changer
High Voltage Bushings - 200 amp Cooper bushing wells
Inserts - 15 kV, 95 kV BIL Cooper load-break inserts
Load-break Switching - 15-38 kV, 300A 2-Position
High Voltage Arresters - Varistar elbow arresters, 15 kV class, 6 kV
Overcurrent Protection - Bayonet Fuses in series with Partial-Range Current-Limiting Fuses
Expulsion fuses - Bayonet fuses
Bayonet Holder - Copper Bayonet Fuse Holder
Low Voltage kV Class - 1.2 kV
Low Voltage Bushings - 1" copper stud with 4-hole screw-on spade bushing(s)
Loop feed - per IEEE C57.12.34-2009 Figure 11 minimum dimensions (without bails)
Coatings - Special paint color FS 37056 DARK BROWN
Certifications - UL Listed
Gauges & Fittings - Liquid level gauge, thermometer (dial-type), pressure/vacuum gauge, drain plug in LV compartment, pressure relief device, 35 SCFM
Tank accessories - IEEE standard one-hole ground pads, seismic (high wind) anchoring provisions welded to tank
Cover - bolted cover
Other Data:
Primary Conductor Material - Copper
Secondary Conductor Material - Copper


• 225 kVA Transformer - (P: 2400 Delta x 4160 Delta Volts, S: 120/208Y VAC, 3 phase and 1 phase)


kVA - 45 kVA 3 Phase Pad-Mounted Transformer
Temperature Rise - 65 degree average winding rise
Cooling Class - ONAN
Frequency - 60 Hz.
High Voltage - 2400 Delta x 4160 Delta Volts, 60 kV BIL
Low Voltage - , S: 120/208Y VAC, 3 phase and 1 phase, 30 kV BIL
kV Class - 15 kV
Insulating fluid - Mineral Oil
Elevation - Designed for operation at 1000 m (3300 ft) above sea level
Sound Level - NEMA TR1 Standard
Efficiency Standard - DOE 2016
High Voltage Configuration - Dead Front, Loop Feed
Taps [Isolated] - 2 - 2.5% taps above and 2 - 2.5% taps below nominal
Tap Changer -100 Amp 5-position tap changer
High Voltage Bushings - 200 amp Cooper bushing wells
Inserts - 15 kV, 95 kV BIL Cooper load-break inserts
Load-break Switching - 15-38 kV, 300A 2-Position
High Voltage Arresters - Varistar elbow arresters, 15 kV class, 6 kV
Overcurrent Protection - Bayonet Fuses in series with Partial-Range Current-Limiting Fuses
Expulsion fuses - Bayonet fuses
Bayonet Holder - Copper Bayonet Fuse Holder
Low Voltage kV Class - 1.2 kV
Low Voltage Bushings - 1" copper stud with 4-hole screw-on spade bushing(s)
Loop feed - per IEEE C57.12.34-2009 Figure 11 minimum dimensions (without bails)
Coatings - Special paint color FS 37056 DARK BROWN
Certifications - UL Listed
Gauges & Fittings - Liquid level gauge, thermometer (dial-type), pressure/vacuum gauge, drain plug in LV compartment, pressure relief device, 35 SCFM
Tank accessories - IEEE standard one-hole ground pads, seismic (high wind) anchoring provisions welded to tank
Cover - bolted cover
Other Data:
Primary Conductor Material - Copper
Secondary Conductor Material - Copper


• 225 kVA Transformer - (P: 2400 Delta x 4160 Delta Volts, S: 277/480 VAC)


kVA - 45 kVA 3 Phase Pad-Mounted Transformer
Temperature Rise - 65 degree average winding rise
Cooling Class - ONAN
Frequency - 60 Hz.
High Voltage - 2400 Delta x 4160 Delta Volts, 60 kV BIL
Low Voltage - 277/480 VAC, 30 kV BIL
kV Class - 15 kV
Insulating fluid - Mineral Oil
Elevation - Designed for operation at 1000 m (3300 ft) above sea level
Sound Level - NEMA TR1 Standard
Efficiency Standard - DOE 2016
High Voltage Configuration - Dead Front, Loop Feed
Taps [Isolated] - 2 - 2.5% taps above and 2 - 2.5% taps below nominal
Tap Changer -100 Amp 5-position tap changer
High Voltage Bushings - 200 amp Cooper bushing wells
Inserts - 15 kV, 95 kV BIL Cooper load-break inserts
Load-break Switching - 15-38 kV, 300A 2-Position
High Voltage Arresters - Varistar elbow arresters, 15 kV class, 6 kV
Overcurrent Protection - Bayonet Fuses in series with Partial-Range Current-Limiting Fuses
Expulsion fuses - Bayonet fuses
Bayonet Holder - Copper Bayonet Fuse Holder
Low Voltage kV Class - 1.2 kV
Low Voltage Bushings - 1" copper stud with 4-hole screw-on spade bushing(s)
Loop feed - per IEEE C57.12.34-2009 Figure 11 minimum dimensions (without bails)
Coatings - Special paint color FS 37056 DARK BROWN
Certifications - UL Listed
Gauges & Fittings - Liquid level gauge, thermometer (dial-type), pressure/vacuum gauge, drain plug in LV compartment, pressure relief device, 35 SCFM
Tank accessories - IEEE standard one-hole ground pads, seismic (high wind) anchoring provisions welded to tank
Cover - bolted cover
Other Data:
Primary Conductor Material - Copper
Secondary Conductor Material - Copper
150 kVA Transformer - (P: 277/480 VAC, S: 120/208Y)


• kVA - 45 kVA 3 Phase Pad-Mounted Transformer


Temperature Rise - 65 degree average winding rise
Cooling Class - ONAN
Frequency - 60 Hz.
High Voltage - 277/480 VAC, 60 kV BIL
Low Voltage - 120/208Y VAC, 30 kV BIL
kV Class - 15 kV
Insulating fluid - Mineral Oil
Elevation - Designed for operation at 1000 m (3300 ft) above sea level
Sound Level - NEMA TR1 Standard
Efficiency Standard - DOE 2016
High Voltage Configuration - Dead Front, Loop Feed
Taps [Isolated] - 2 - 2.5% taps above and 2 - 2.5% taps below nominal
Tap Changer -100 Amp 5-position tap changer
High Voltage Bushings - 200 amp Cooper bushing wells
Inserts - 15 kV, 95 kV BIL Cooper load-break inserts
Load-break Switching - 15-38 kV, 300A 2-Position
High Voltage Arresters - Varistar elbow arresters, 15 kV class, 6 kV
Overcurrent Protection - Bayonet Fuses in series with Partial-Range Current-Limiting Fuses
Expulsion fuses - Bayonet fuses
Bayonet Holder - Copper Bayonet Fuse Holder
Low Voltage kV Class - 1.2 kV
Low Voltage Bushings - 1" copper stud with 4-hole screw-on spade bushing(s)
Loop feed - per IEEE C57.12.34-2009 Figure 11 minimum dimensions (without bails)
Coatings - Special paint color FS 37056 DARK BROWN
Certifications - UL Listed
Gauges & Fittings - Liquid level gauge, thermometer (dial-type), pressure/vacuum gauge, drain plug in LV compartment, pressure relief device, 35 SCFM
Tank accessories - IEEE standard one-hole ground pads, seismic (high wind) anchoring provisions welded to tank
Cover - bolted cover
Other Data:
Primary Conductor Material - Copper
Secondary Conductor Material - Copper


3. SUBMITTALS


Contractor must provide product specification sheet for the proposed transformer. After award of contract, contractor must supply technical drawings to the government technical rep for approval.


Contractor will also include cost of shipping to the address below.

FY4484 305 APS TROT
CP 609 754 5445
1757 VANDERBURG AVE BLDG 1757
JOINT BASE MDL, NJ 08641


 


 



In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show 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.


Quoted price should include FOB Destination and be valid through 31 July 2017. Expedited delivery schedules accepted and encouraged.


The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-95 effective 13 January 2017. The following provisions and clauses are applicable:


• FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
• FAR 52.204-16, Commercial and Government Entity Code Reporting
• FAR 52.204-18, Commercial and Government Entity Code Maintenance
• FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
• FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
• FAR 52.212-1, Instructions to Offerors - Commercial Items
• FAR 52.212-2, Evaluation-Commercial items
• FAR 52.212-3 ALT 1, Offeror Representations and Certifications - Commercial Items
• FAR 52.212-4, Contract Terms and Conditions - Commercial Items
• FAR 52.212-5 Alt I, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items
• 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 52.222-50, Combat Trafficking in Persons
• FAR 52.225-13, Restrictions on Certain Foreign Purchases
• FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
• FAR 52.232-39, Unenforceability of Unauthorized Obligations
• FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
• FAR 52.247-34, F.O.B Destination
• FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/;
• DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
• DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
• DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
• DFARS 252.204-7003, Control of Government Personnel Work Product
• DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
• DFARS 252.204-7011, Alternative Line Item Structure
• DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
• DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support
• DFARS 252.211-7003, Item Identification and Valuation
• DFARS 252.215-7007, Notice of Intent to Resolicit
• DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
• DFARS 252.232-7003, Electronic Submission of Payment Requests
• DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
• DFARS 252.232-7010, Levies on Contract Payments;
• DFARS 252.244-7000, Subcontracts for Commercial Items

Incorporated by full text:


• 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items.
Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017)
(a) The Contractor shall comply with the following Federal Acquisition Regulation (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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
(3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).
(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).
_X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).
___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313).
___ (10) [Reserved]
___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a).
___ (ii) Alternate I (Nov 2011) of 52.219-3.
___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).
___ (ii) Alternate I (Jan 2011) of 52.219-4.
___ (13) [Reserved]
___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
___ (ii) Alternate I (Nov 2011).
___ (iii) Alternate II (Nov 2011).
___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644).
___ (ii) Alternate I (Oct 1995) of 52.219-7.
___ (iii) Alternate II (Mar 2004) of 52.219-7.
___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)).
___ (ii) Alternate I (Nov 2016) of 52.219-9.
___ (iii) Alternate II (Nov 2016) of 52.219-9.
___ (iv) Alternate III (Nov 2016) of 52.219-9.
___ (v) Alternate IV (Nov 2016) of 52.219-9.
___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)).
___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)).
___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)).
___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
_X_ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126).
___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
___ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
_X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).
___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)
___ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)
___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693).
___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693).
___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514
___ (ii) Alternate I (Oct 2015) of 52.223-13.
___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-14.
___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b).
___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514).
___ (ii) Alternate I (Jun 2014) of 52.223-16.
_X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693).
___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696).
___ (47) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
___ (ii) Alternate I (Jan 2017) of 52.224-3.
___ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).
___ (ii) Alternate I (May 2014) of 52.225-3.
___ (iii) Alternate II (May 2014) of 52.225-3.
___ (iv) Alternate III (May 2014) of 52.225-3.
___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).
_X_ (51) 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).
___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150).
___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150).
___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)).
___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).
___ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332).
___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).
___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).
___ (61) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)).
___ (62) (i) 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).
___ (ii) Alternate I (Apr 2003) of 52.247-64.
(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:
___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)
___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).
___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).
___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).
___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
___ (11) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792).
___ (12) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).
(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) 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.
(e)
(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) 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 (Oct 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (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 $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015).
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017).
Note to paragraph (e)(1)(xvii): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction.
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xix) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xx) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxiii) 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)


• FAR 52.212-5 DEV, Contract Terms and Conditions Required To Implement Statutes or Executive Orders- Commercial Items (DEVIATION 2013-O0019)(Jul 2014)
(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)(1) 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 (Dec 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).
(v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212).
(vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212).
(viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.)
(x) 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)).
(xi) 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.).
(xii) 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.)
(xiii) 52.222-54, Employment Eligibility Verification (Jul 2012).
(xiv) 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.
(xvi) 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


• DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION 2012-O0004)


(a) In accordance with sections 8124 and 8125 of Division A of the
Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to 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 the agency has
Considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.


(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 the 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,


(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)


• AFFARS 5352.201-9101, Ombudsman (C):
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.


(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of Clause);


• AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C);



Please provide a response to clause DFARS 252.209-7999 with your quotation.


To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil


Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award.


Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. Any questions regarding this posting must be sent via email to MSgt Paul Erickson at paul.erickson@agdz.deployed.af.mil no later than 09:00 A.M. Eastern Standard Time on 21 June 2017. All proposals must be received via email to MSgt Paul Erickson paul.erickson@agdz.deployed.af.mil no later than 09:00 P.M., Eastern Standard Time on 30 June 2017.


 


PAUL G. ERICKSON
Contracting Officer


 


he 724 EABS, Contracting Office, Agadez, Niger intends to solicit and award firm-fixed price contract for Transformers. This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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.
This is Request for Quotation numbered FA5422-17-Q-0780. The North American Industry Classification System (NAICS) code for this acquisition is 335311 with a size standard of 750 employees. This is a full and open, Lowest Price Technically Acceptable acquisition.


Paul G. Erickson, Phone 227-9692-2773, Email paul.erickson@agdz.deployed.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP