Federal Bid

Last Updated on 17 Sep 2011 at 8 AM
Combined Synopsis/Solicitation
Travis air force base California

PACAF Switch

Solicitation ID F3ZT891209A004-PACAFSwitch
Posted Date 23 Aug 2011 at 7 PM
Archive Date 17 Sep 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4427 60 Cons Lgc
Agency Department Of Defense
Location Travis air force base California United states
This is a posting 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. The solicitation number is F3ZT891209A004. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Circular (FAC) 2005-53 effective 5 Jul 2011, Defense DPN 20110725 , and AFAC 2011-0714 effective 14 Jul 2011. The North American Industry Classification System (NAICS) code is 335999. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 5999. The Standard Industrial Classification (SIC) is 5063. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This solicitation shall be 100% small business set-aside.

The requirements are as follows:

CLIN 0001 - Switch, Fused Load Interrupterpter with enclosure. 15kV, 600 AMPS continous, 3-Pole, CU buss, 95kV BIL Distribution class arresters, NEMA 3outdoor non walk in enclsoure., Skid mounted, Built-in switch position view window. Switch operating handle on front right of enclosure. Equipment shall be U/L listed assembly. 5 EA

CLIN 0002 - Fuses, 250E current limiting 15-kV. 15 EA

Freight (FOB Destination), must inlcude standard warranty on all items. Please add shipping charges into CLIN 0001 - 0002, if applicable.

Delivery to Travis AFB, CA 94535 and assembly is to be included in the quote.

This award shall be made in the aggregate, all or none.

The following factors shall be used to evaluate offers:

FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability is meeting CLIN 0001, 0002), and (ii) price.

The following provisions/clauses apply to this solicitation:

52.209-6 Protecting the Government Interest
52.222-26 Equal Opportunity
52.222-36 Affirmitive Action for Workers with Disabilities
52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards
52.222-3 Convict Labor
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contracts
52.212-4 Contract Terms and Conditions (Commercial Items)
52.219-6 Notice of Total SB Set Aside
52.219-28 Post Small Business Award Program
52.222-19 Child Labor Cooperation with Authorities and Remedies
52.222-21-Prohibition of Segregated Facilities
52.222-50 Combating Trafficking in Persons
252.225-7001 Buy American Act and Balance of Payment Program
252.225-7002 Qualifying Country Sources as Subcontractors
252.204-7003 Control of Government Personnel Work Products
252.232-7010 Levies on Contract Payments
252.232-7003 Electronic submission of Payment Request
252.247-7023 Transportation of Supplies by Sea Alt III
252.211-7003 Item Identification and Validation
52.212-5 Contract Terms and Conditions (Deviation)
52.252-2 Clauses Incorporated by Reference. (http:/farsite.hill.af.mil)
52.252-6 Authorized Deviation in Clauses
(Defense Federal Acquisition Regulation 48 CFR Chapter 2)
252.204-7006 Billing Instructions
252.212-7001 Contract Terms and Conditions (Deviation)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance
5352.201-9101 Ombudsman
WAWF - Wide Area Work Flow

Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov].


All questions regarding the solicitation must be submitted to to me via email by 30 Aug 2011. QUESTIONS WILL NOT BE ACCEPTED AFTER 30 Aug 11. Please send all offers to [email protected] or fax to 707-424-5189 NO LATER THAN 02 Sep 2011, 1200, PST. Primary point of contact is Gregory L. Cunningham, SSgt, Contract Specialist, telephone 707-424-7770. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Dec 2016 at 5 AM
Location Unknown 06 Aug 2019 at 9 PM
Location Unknown 01 Aug 2012 at 10 PM
Location Unknown 13 Jan 2021 at 7 PM

Similar Opportunities

Quincy California 10 Jul 2025 at 8 PM
Fort drum New york 25 Feb 2026 at 5 AM (estimated)
Usaf academy Colorado 09 Aug 2028 at 10 PM
Sault sainte marie Michigan 10 Jul 2025 at 6 PM