Federal Bid

Last Updated on 29 Aug 2009 at 8 AM
Combined Synopsis/Solicitation
Nellis air force base Nevada

2 AWG High Voltage Stranded Wire, 2 AWG THHN Stranded Wire, and 1 AWG THHN Stranded Wire

Solicitation ID F3GHBA9169A002
Posted Date 13 Aug 2009 at 9 PM
Archive Date 29 Aug 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4861 99 Cons Lgc
Agency Department Of Defense
Location Nellis air force base Nevada United states

The following change has been made to this synopsis/solicitation: CLIN 0001: 2400 FT - #2 AWG, single conductor, stranded, EPR/PVC insulation, copper tape shield, 133%-15KV 3X800' roll (sugg mfg: JCH; p/n:04-BH-1338-010); brand name or equal

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

SOLICITATION #: F3GHBA9169A002
This combined synopsis/solicitation is issued as a Request For Quotes

NAICS: 423610
This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside.
SBA Size Standard: 500 employees

Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: 2400 FT - #2 AWG, single conductor, stranded, EPR/PVC insulation, copper tape shield, 133%-15KV 3X800' roll (sugg mfg: JCH; p/n:04-BH-1338-010); brand name or equal; CLIN 0002: 4 RL - #2 AWG wire, THHN 1000ft roll, stranded (sugg mfg: JCH; p/n: 02-AE-1438-010); brand name or equal; CLIN 0003: 5 RL - stranded wire, 1AWG THHN 500' roll (sugg mfg: JCH; p/n:02-AE-1339-010); brand name or equal

THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation.

This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures.

The following provisions and clauses (current through FAC 2005-33 effective 15 Jul 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman

IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.

IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.

All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to [email protected] no later than Thursday 13 Aug 09, 2:00 pm PST.

The anticipated award date will be by 20 Aug 09.

his is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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.

SOLICITATION #: F3GHBA9169A002
This combined synopsis/solicitation is issued as a Request For Quotes

NAICS: 423610
This combined synopsis/solicitation is being issued as 100% Small Business Set-Aside.
SBA Size Standard: 500 employees

Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001: 2400 FT - #2 AWG, single conductor, stranded, PVC insulation, EPR tape shield, 133%-15KV 3X800' roll (sugg mfg: JCH; p/n:04-BH-1338-010); brand name or equal; CLIN 0002: 4 RL - #2 AWG wire, THHN 1000ft roll, stranded (sugg mfg: JCH; p/n: 02-AE-1438-010); brand name or equal; CLIN 0003: 5 RL - stranded wire, 1AWG THHN 500' roll (sugg mfg: JCH; p/n:02-AE-1339-010); brand name or equal

THIS IS A BRAND NAME OR EQUAL REQUEST. All vendors proposing alternate items shall provide with their quote adequate descriptions and specifications of alternate items to substantiate the "or equal" designation.

This is a firm fixed price type contract. The requirement will be solicited and evaluated under FAR 13.5 Simplified Acquisition Procedures.

The following provisions and clauses (current through FAC 2005-33 effective 15 Jul 2009) are applicable to subject solicitation: FAR 52.204-7 - CCR, FAR 52.211-6 - Brand Name or Equal, FAR 52.212-1 - Instructions to Offerors, 52.212-3 - Offeror Representations and Certifications - Commercial Items, FAR 52.212-4 - Terms and Condition - Commercial, FAR 52.212-5 Dev - Statutes/Exec Orders, FAR 52.219-1 (Alt I) - Small Business Program Representation, FAR 52.219-6 - Notice of Total Small Business Set-Aside, FAR 52.219-28 - Post-Award Small Business Program Representation, FAR 52.222-3 - Convict Labor , FAR 52.222-19 - Child Labor, FAR 52.222-21 - Prohibit Segregated Facilities, FAR 52.222-22 - Previous Contracts and Compliance Reports, FAR 52.222-25 - Affirmative Action, FAR 52.222-26 - Equal Opportunity, 52.222-37 - Employment Reports on Special Disabled Veterans, FAR 52.225-13 - Restrictions on Foreign Purchase, FAR 52.232-1 - Payments, 52.232-33 - Payment by EFT - CCR, FAR 52.233-1 - Disputes, FAR 52.233-3 - Protest after Award, FAR 52.233-4 - Applicable Law for Breach of Contract Claim, FAR 52.243-1 - Changes - Fixed Price, FAR 52.247-34 - FOB Destination, FAR 52.249-1 - Termination for Convenience (Fixed Price), FAR 52.252-1 - Provisions Incorporated by Reference, FAR 52.252-2 - Clauses Incorporated by Reference, FAR 52.252-5 - Authorized Deviations in Provisions, FAR 52.252-6 - Authorized Deviations in Clauses, DFARS 252.204-7003 - Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A - Required Central Contractor Registration, DFARS 252.212-7001 - Dev Terms and Conditions, DFARS 252.225-7000 - Buy America Act - Balance of Payments Program, DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors, DFARS 252.232-7003 - Electronic Submission of Payment Requests, DFARS 252.232-7010 - Levies on Contract Payments, DFARS 252.243-7001 - Pricing of Contract Modifications, AFFARS 5353.201-9101 - Ombudsman

IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register.

IAW FAR 52.212-3, Offeror Reps and Certs - An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal.

Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated.

All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule.

All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to [email protected] no later than Friday 14 Aug 09, 7:00 pm PST.

The anticipated award date will be by 22 Aug 09.

Bid Protests Not Available

Similar Past Bids

Houston Texas Not Specified
Pennsylvania 12 Oct 2022 at 4 AM
Pennsylvania 12 Oct 2022 at 4 AM
Pennsylvania 21 Aug 2023 at 4 AM
Pennsylvania 21 Aug 2023 at 4 AM

Similar Opportunities

Colorado 24 Jul 2025 at 4 AM (estimated)
Colorado 24 Jul 2025 at 4 AM (estimated)
Sault sainte marie Michigan 10 Jul 2025 at 6 PM
Sault sainte marie Michigan 10 Jul 2025 at 6 PM
Sault sainte marie Michigan 22 Jul 2025 at 6 PM