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.The solicitation number is N6247815RCF0007 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-77. The associated North American Industrial Classification System (NAICS) code for this procurement is 335314 with a small business size standard of 750.00 employees.This requirement is unrestricted and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-11-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860
The FLC - Pearl Harbor requires the following items, Exact Match Only, to the following:
LI 001: Mitsubishi MFF14150HA0140, 150 HP VFD System applications: MDI inverter chassis with integrated DC inductor. Power feed: 480V/60HZ/3 phase, heavy duty wall mountable, painted steel system UL type 1 listed enclosure (60"X36"X20"). 175A molded case circuit breaker with UL type 1 door interlocked, pad lockable operating handle. Door mounted operator controls with Mitusbishi enhanced parameter keypad, industrial heavy duty HOA selector switch and industrial heavy duty LED indicators for power on, VFD run and VFD fault. Control terminal wiring to 10 point terminal block for control interface to existing salt water controller. All functionally, programming and interface wiring shall be provided per the attached HSQ point assignments for all specified DO, DI AI & AO I/O requirements. The entire VFD system shall be manufactured in a UL 508A certified facility and listed for UL type 1 duty with appropriate labeling. Integration and testing with existing supervisory control and data acquisition system. All wiring and installation schematics shall be provided., 3, EA;
LI 002: Installation including all labor & travel. Provide service to remove the existing DANFOSS VFD systems and replace with new 150 HP, 480 volt packaged, motor driver international MFF14150HA0140 variable frequency drive system including all installation, commissioning, training and warranty as a turn-key system. Installation to consist of removal of three existing salt water pumps DANFOSS units, and mounting of a new motor drives international integrated VFD systems, conductor extension as needed for new VFD systems, conductor extension as needed for new VFD power and control terminations, all supplies and labor to perform complete installation. The commissioning, start-up and testing of controls interface including SCADA integration and fault simulation shall be included as part of the turn-key project. Installation shall be performed by an authorized motor drives international service technician. Training: Up to 8 hours of training shall be included for operations and electronics industrial control mechanics. Training shall be performed by an employee of an authorized Mitsubishi Warranty Service Center. Training shall consist of normal operation m ode settings and displays. Parameter Programming, trouble shooting, and warranty procedures. Certificates shall be issued to personnel completing the training. Qualification: The VFD system UL packaging, installation, commissioning, and training shall be performed by a single company authorized as a Mitsubishi Warranty Service Center which maintains 24/7 technical phone support and inventory of the Mitsubishi FR-F740-01800-NA inverter chassis required on this project. Supplier shall be an authorized Service Center of Mitsubishi Electric with inventory of parts or replacement modules corresponding tot he FR-F740-01800-NA included in the packaged VFD system., 1, EA;
LI 003: Freight, 1, EA;
Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.***
For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at
[email protected]. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or
[email protected] of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
No partial shipments are permitted unless specifically authorized at the time of award.
Bid MUST be good for 30 calendar days after close of Buy.
The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
System for Award Management
Instructions to Offerors
Terms and Conditions
Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012)
Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012)
Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010)
Post Award Small Business Program Rerepresentation
Convict Labor (June 2003)
Child Labor--Cooperation with Authorities and Remedies
Prohibition of Segregated Facilities
Equal Opportunity
Affirmative Action for Workers w/ Disabilities (OCT 2010)
Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)
Restriction on Foreign Purchases (June 2008)
Payment by Third Party
Availability of Funds
FOB Destination
Solicitation Provisions Incorporated by Reference
Clauses Incorporated by Reference
Representation Relating to Compensation of Former DoD Officials (Nov 2011)
Control of Government Personnel Work Product (April 1992)
System for Award Management
Requirements Relating to Compensation of Former DOD Officials (Sept 2011)
Buy American Act & Balance of Payments
Transportation of Supplies by Sea (ii)Alt I, (iii) Alt II, (iv) Alt III
Buy American Act-Balance of Payments Program Certificate
Levies on Contract Payments
Authorized Changes by the KO (FEB 2008)
System for Award Management Maintenance
Questions regarding this request for quote must be submitted by 11:59pm EST Monday, November 24. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered.
Brand Name or Equal
Offer Reps and Certs
Combating Trafficking in Persons
Protest After Award
Applicable Law for Breach of Contract Claim
Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs
Unenforceability of Unauthorized Obligations
Providing Accelerated Payments to Small Business Subcontractors
Alternative Line Item Structure
Safeguarding of Unclassified Controlled Technical Information
Disclosure of Information to Litigation Support Contractors
Prohibition of Hexavalent Chromium
Qualifying Country Sources as Subcontractors
Buy American Act-Free Trade Agreements ? Balance of Payments Program
Prohibition on Contracting with the Enemy
Subcontracts for Commercial Items
Item Identification & Valuation
Bid Protests Not Available