WATT HOUR STANDARD FOR TESTING REVENUE METER

expired opportunity(Expired)
From: Federal Government(Federal)
140R1020Q0002

Basic Details

started - 12 Dec, 2019 (about 4 years ago)

Start Date

12 Dec, 2019 (about 4 years ago)
due - 20 Dec, 2019 (about 4 years ago)

Due Date

20 Dec, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
140R1020Q0002

Identifier

140R1020Q0002
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64282)BUREAU OF RECLAMATION (8425)PACIFIC NW REGION PN 6615 (541)
[object Object]

SetAside

WOSB(Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Solicitation 140R1020Q0002 Watt Hour Standard and Test Set 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 140R1020Q0002 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01 dated November 12, 2019. This is a total, Women Owned Small Business set-aside under NAICS code 334515 with an associated small business size standard of 750 employees. Line item number and item, quantity, unit of measure, and pricing will be as follows: CLIN 00010 Reclamation requires an integrated Watt Hour Standard and Test Set (single portable unit) for testing revenue meters in the field and/or at a
test bench: 1 each at $________________ Total price includes all applicable fees, taxes, and shipping. Shipping will be FOB Destination to: Minidoka Dam 951 E. Minidoka Dam Road Rupert, Idaho 83350 The following salient capabilities/features must be present for an item to be considered as equal: (1) True 3-phase Analyzing Reference Standard with 0.02% Accuracy (or Better) Traceable to NIST, with Documentation/Certification (2) Internal Three Phase Current Source: 20A per Phase or Greater (3) Internal Three Phase Voltage Source: 480V per Phase or Greater (4) Windows CE Operating system (5) Perform Load Meter Testing (6) Perform Phantom Load Meter Testing (7) Perform CT Burden Testing (8) Perform CT Ratio Testing (9) Perform CT De-magnetization (10) Perform PT Ratio Testing (11) Perform Transducer Testing (12) Provide vector diagrams, voltage and current waveforms, and harmonics data up to the 100th harmonic (13) Connection cables equipped with field rugged multi-pin connectors (14) Self-contained transflective color monitor/view screen (15) Minimum 5-year Warranty (16) Windows CE compatible software for Data Storage and Report Generation (17) Self-contained in a portable and impact resistant (Pelican-type) case (18) One day of hands on start-up training, included in price, after all equipment is received The clause FAR 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses https://www.acquisition.gov/far/ CLAUSE-TITLE-DATE FAR 52.204-13 System for Award Management Maintenance Oct 2018 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2016 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.242-15 Stop-Work Order Aug 1989 The provision at FAR 52.212-1, Instructions to Offerors-Commercial (Oct 2018) applies to this acquisition. Addendum to FAR 52.212-1 substitutes the term "quote" where the term "offer" appears in the provision. Quotes shall include: (1) Total weight of the equipment (2) Features and specifications sheet(s) (3) Training plan (4) Number of calendar days for delivery (5) Pricing, as listed above. By the provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014). Award will be made to the responsible contractor submitting the most advantageous price whose quote conforms to the solicitation requirements. All prices will be evaluated for price reasonableness. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018), with its quote. The provision at FAR 52.212-3, Offeror Representations and Certifications must be completed and be active online at https://beta.sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies. The following addenda to FAR 52.212-4 apply: WBR 1452.223-82 Protecting Federal Employees and the Public from Exposure to Tobacco Smoke in the Federal Workplace - Bureau of Reclamation (Oct 1998) (a) In performing work under this contract, the contractor shall comply with the requirements of Executive Order 13058, dated August 9, 1997, which prohibits the smoking of tobacco products in all interior space owned, rented, or leased by the executive branch of the Federal Government, and in any outdoor areas under executive branch control in front of air intake ducts. (b) This restriction does not apply in designated smoking areas that are enclosed and exhausted directly to the outside and away from air intake ducts, and are maintained under negative pressure (with respect to surrounding spaces) sufficient to contain tobacco smoke within the designated area. (c) Smoking may also be restricted at doorways and in courtyards under executive branch control in order to protect workers and visitors from environmental tobacco smoke. DOI-AAAP-0028, v03 Invoice Processing Platform (IPP) - Treasury Electronic Invoicing System (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: None The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist at gboyle@usbr.gov once the invoice has been submitted to IPP. Failure to e-mail the invoice may cause significant delay or possible rejection of payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2019), applies to this acquisition along with the following select clauses: (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). (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). (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). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (DEVIATION 2019-01) (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2019) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (33)(i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (46) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332). FAR 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 (DEVIATION 2019-01) (a) Definitions. As used in this clause: "Similarly situated entity" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award, and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set- aside or sole source award under the HUBZone Program. "Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. "WOSB Program Repository" means a secure, Web-based application that collects, stores, and disseminates documents to the contracting community and SBA, which verify the eligibility of a business concern for a contract to be awarded under the WOSB Program. (b) Applicability. This clause applies only to: (1) Contracts that have been set aside or reserved for, or awarded on a sole source basis to, WOSB concerns eligible under the WOSB Program; (2) Part or parts of a multiple-award contract that have been set aside for WOSB concerns eligible under the WOSB Program; and (3) Orders set aside for WOSB concerns eligible under the WOSB Program, under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from WOSB concerns eligible under the WOSB Program. Offers received from concerns that are not WOSB concerns eligible under the WOSB Program shall not be considered. (2) Any award resulting from this solicitation will be made to a WOSB concern eligible under the WOSB Program. (3) The Contracting Officer will ensure that the apparent successful offeror has provided the required documents to the WOSB Program Repository. The contract shall not be awarded until all required documents are received. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Agreement. By submission of an offer and execution of a contract, a WOSB concern eligible under the WOSB Program agrees that in the performance of the contract for- (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded; (2) Supplies or products (other than procurement from a nonmanufacturer in such supplies or products), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded; (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85 percent subcontract amount that cannot be exceeded; or (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 75 percent subcontract amount that cannot be exceeded. (f) Joint Venture. A joint venture may be considered a WOSB concern eligible under the WOSB Program if- (1) It meets the applicable size standard corresponding to the NAICS code assigned to the contract, unless an exception to affiliation applies pursuant to 13 CFR 121.103(h)(3); (2) The WOSB participant of the joint venture is designated in the System for Award Management as a WOSB concern eligible under the WOSB Program; (3) The parties to the joint venture have entered into a written joint venture agreement that contains provisions- (i) Setting forth the purpose of the joint venture; (ii) Designating a WOSB concern eligible under the WOSB Program as the managing venturer of the joint venture, and an employee of the managing venturer as the project manager responsible for the performance of the contract; (iii) Stating that not less than 51 percent of the net profits earned by the joint venture will be distributed to the WOSB; (iv) Specifying the responsibilities of the parties with regard to contract performance, sources of labor, and negotiation of the WOSB contract; and (v) Requiring the final original records be retained by the managing venturer upon completion of the WOSB contract performed by the joint venture. (4) The joint venture must perform the applicable percentage of work required in accordance with paragraph (e) above; and (5) The procuring activity executes the contract in the name of the WOSB concern eligible under the WOSB Program or joint venture. (g) Nonmanufacturer. (1) Unless SBA has waived the requirements of paragraphs (g)(1)(i) through (iii) of this clause in accordance with 13 CFR 121.1204, a WOSB concern eligible under the WOSB Program that provides an end item it did not manufacture, process, or produce, shall- (i) Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas; (ii) Be primarily engaged in the retail or wholesale trade and normally sell the type of item being supplied; and (iii) Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice; for example, providing storage, transportation, or delivery. (2) Paragraph (g)(1) of this clause does not apply to construction or service contracts. FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998). This solicitation incorporates the provisions listed below reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/ PROVISION-TITLE-DATE FAR 52.204-7 System for Award Management Oct 2018 FAR 52.211-6 Brand Name or Equal Aug 1999 DIAR 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior Apr 1984 FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Department of the Interior (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation of any Department of the Interior (48 CFR Chapter 14) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. WBR 1452.223-82 -- Protecting Federal Employees And The Public From Exposure To Tobacco Smoke In The Federal Workplace -- Bureau Of Reclamation (Oct 1998) (a) In performing work under this contract, the contractor shall comply with the requirements of Executive Order 13058, dated August 9, 1997, which prohibits the smoking of tobacco products in all interior space owned, rented, or leased by the executive branch of the Federal Government, and in any outdoor areas under executive branch control in front of air intake ducts. (b) This restriction does not apply in designated smoking areas that are enclosed and exhausted directly to the outside and away from air intake ducts, and are maintained under negative pressure (with respect to surrounding spaces) sufficient to contain tobacco smoke within the designated area. (c) Smoking may also be restricted at doorways and in courtyards under executive branch control in order to protect workers and visitors from environmental tobacco smoke. Electronically submitted quotes are due no later than December 19, 2019 at 10:00 a.m. to gboyle@usbr.gov. For information regarding this Request for Quotation, please e-mail Gwen Boyle, Contract Specialist, at gboyle@usbr.gov.

BOISE , ID 83706Location

Place Of Performance : BOISE , ID 83706

Country : United StatesState : Idaho

You may also like

POWERMASTER 7332 METER TEST STANDARD & ACCESSORIES

Due: 06 May, 2024 (in 10 days)Agency: ENERGY, DEPARTMENT OF

Classification

naicsCode 334515Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
pscCode 66INSTRUMENTS AND LABORATORY EQPT