WY VANGUARD CT-7000-S3 CIRCUIT BREAKER
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 and attachments constitute the only solicitation; proposals are being requested and a written solicitation will not be issued. Consider this solicitation (#R16PS01507) as a Request for Quotes (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-87. This solicitation is set-aside for small business. NAICS 334515. The small business size is 750 employees. The resulting purchase order will be a firm-fixed price type contract.
Line Item #10 Vanguard CT-7000-S3 - Circuit Breaker Testers
Manufacture: Vanguard
Part #: CT-7000 S3
Type: Portable Circuit Breaker Analyzer
Physical Specifications: 14" W x 21ý " L x 8" D
Input Power: 100-240Vac, 3A, 50/60Hz
Dry-Contact Inputs: 3 Channels (9021-UC) - Channel can detect the main contact & resistor contact time
Timing Windows: 1 second, 10 seconds, or 20 seconds
Timing Resolutions: ñ 50 micro-seconds @ 1 second duration
Trigger Input Voltage: 24 V - 300V DC
Breaker Operations: Initiate open, Close, Open-Close, Close-Open, Open-Close-Open
Breaker Initiate Capacity: 30A, 250 Vac/dc max
Contact Travel Point Difference: measures "slow-close" contact-point distances; results can be printed
display: back-lit LCD screen (128 x 240 pixels); viewable in bright sunlight and low light
printer: built-in 4 1/2" wide thermal printer that can print both graphic contact travel waveforms and tabulated test results
External Test Record Storage: USB Flash drive interface for external storage of test records and test plans
PC Software: Windowsî based Breaker Analysis software with purchase price
Cables: furnished with full set of test leads
Options: transportation cases
Safety: designed to meet UL 6101A-1 and CAN/CSA C22.2 No. 1010.1-92 standards
Environment: Operating: -10ðC to 50ðC
Warranty: one year on parts and labor
NIST Calibration with certificate
2 Each @ $__________________ =__________________
Delivery Date shall be on or before December 30, 2016
FOB Destination (Mills WY) do not list freight/shipping separately
Delivery Address: 205 Chamberlain Rd
Mills WY 82644
Brand name or equal, must submit cut sheets for evaluation purposes
In accordance with the procedures in FAR Part 12 and 13, RFQ Number R16PS01507 is available for viewing through electronic commerce via https://www.fbo.gov and via Reclamation's website at http://fedconnect.net .
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the lowest price and technically acceptable.
The following provisions and clauses apply to this solicitation:
FEDERAL ACQUISITION REGULATIONS
1. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees Of Whistleblower Rights
2. 52.204-6 Data Universal Numbering System Number
3. 52.204-7 System for Award Management
4. 52.204-12 Data Universal Numbering System Number Maintenance
5. 52.204-13 System for Award Management Maintenance
6. 52.204-16 Commercial and Government Entity Code Reporting
7. 52.204-17 Ownership or Control of Offeror
8. 52.204-18 Commercial and Government Entity Code Maintenance
9. 52.204-19 Incorporation by Reference of Representations and Certifications
10. 52.212-1 Instructions to Offerors - Commercial Items
11. 52.212-3 Offeror Representations and Certifications-Commercial Items
12. 52.212-4 Contract Terms and Conditions - Commercial Items
13. 52.212-5 Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items
a. Specific FAR clauses included in 52.212-05 that are applicable to this requirement include: 52.203-6, Restrictions on Subcontractor Sales to the Government ALT I , 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards, 52.219-6 Notice of Total Small Business Set-Aside , 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, employment Reports on Veterans, 52.222-50 Combating Trafficking in Persons , 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-3 Buy American-Free Trade Agreements ÿ Israeli Trade Act ALT III , 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration,
14. 52.225-13 Restrictions on Certain Foreign Purchases
15. 52.225-25 Prohibition on Contracting With Entities Engaging In Certain Activities Or Transactions Relating To Iran-Representation And Certifications
16. 52.232-39 Unenforceability of Unauthorized Obligations
17. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
18. 52.233-3 Protest After Award
19. 52.233-4 Applicable Law for Breach of Contract Claim
20. 52.243-1 Changes ÿ Fixed-Priced
21. 52.247-34 F.o.b. Destination
RECLAMATION ACQUISITION REGULATION
1. DOI ÿ AAAP 0028 ÿ Electronic Invoicing and Payment Requirements ÿ Invoicing Processing Platform (IPP)
2. ET 02-20, Authorized Workers Notice to Potential Bureau of Reclamation Contractors
3. GP-3, Contractor's Administration Personnel
4. GP-4 Basis for Award
5. WBR 1452.211-80 Notice of Intent to Acquire Metric Products and Services ÿ Bureau of Reclamation
6. WBR 1452.222-80 Cooperation with Authorities and Remedies ÿ Child Labor ÿ Bureau of Reclamation
7. WBR 1452.225-80 Evaluation Factor - Cost Of Foreign Inspection Service
8. WBR 1452.225-82, Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation
Quotes are due no later than August 10, 2016 by 4:00 p.m. Mountain Time. Reclamation will consider all responsible sources who submit a timely quote for award. Contractors may submit quotes through e-mail to
[email protected] or fax to 307- 261-5691.
NOTE: Effective August 1, 2012 any contractor to be awarded a government contract must be registered and active in System for Award Management (SAM). Contractors must register at www.sam.gov
Note: Contractor's must submit their Tax Identification Number and Data Universal Number with their offer
For further information about this requirement, offerors should contact Tonya A. Pittsley at
[email protected] or call at 307- 261-5631.
Bid Protests Not Available