SOLICITATION NOTICE
J -- FY07 UPS Maint. BLDG 1600
- Notice Date
- 8/21/2006
- Notice Type
- Solicitation Notice
- NAICS
- 423610
— Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
- ZIP Code
- 62225-5015
- Solicitation Number
- Reference-Number-F3S3526117A200
- Response Due
- 8/28/2006
- Archive Date
- 9/12/2006
- Small Business Set-Aside
- Total Small Business
- Description
- The 375th Contracting Squadron at Scott AFB IL is contemplating an award for UPS Preventative Maintenance. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3SF336194A200, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-12 and the Defense Federal Acquisition Regulation Supplement DCN 20060814 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 423610. The small business size standard is 100 employees. (v) CLINS: 0001, Semi-Annual Preventative Maintenance, 2 ea. (See description of requirements below). 0002, Battery Replacement, this CLIN will be formatted with a not to exceed dollar amount (See description of requirements below). PROVIDE PRICING ON EACH OF THE CLINS WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: Services are required to troubleshoot, repair, and maintain Uninterruptible Power Supplies (UPS), including their associated battery banks, for the below listed systems. The contractor is required to perform semi-annual preventive maintenance inspections on each unit. Verify 100 percent operational status for associated equipment. The contractor will perform all maintenance Monday-Friday from 0730-1630 (7:30am-4:30pm), excluding all weekends and federal holidays. If a different time is needed, it must be coordinated through the Point of Contact. The contractor will provide emergency coverage 24 hours a day 7 days a week, through the end of the contract, with 4 hour response time, parts are not inclusive. Battery replacement is an option and the QAP will notify the contractor when/if needed. The on scene technician shall be Powerware UPS certified. All of the above is to be performed for the following systems: (1) Two Powerware UPS, Model no. 9315-160 (EX133ZBA02 & EX133ZBA03), and Two J47 Battery Cabinets (Each cabinet contains 40 batteries with 6 cells each for a total of 80 batteries). Located in Bldg 1600, Room 116. (2) Two Powerware UPS, Model no. 9315-300 (S/N EX121ZXX01 & EX121ZXX01), and Six J37 Battery Cabinets (Each cabinet contains 40 batteries with 6 cells each for a total of 240 batteries). Located in Bldg 1600, Room140 & 140A. (vii) The Government desires FOB Destination, Scott AFB, IL within 30 days after receipt of order. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Payment Terms (net 30) or Discount _____________________________________ 5. Delivery Date _________________________________________ 6. Business Size (i.e. small, women-owned, etc.)______________________________ 7. Point of Contact & Phone Number________________________________________ 8. Fax Number _____________________________________ 9. Email address___________________________________________________ 10. FOB (destination or origin)_______________________________________ TECHNICAL CAPABILITY INFORMATION: Provide certificate that technician providing the service is Eaton Powerware factory trained. This documentation will be used to determine the technical acceptability of the services offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criteria are: LOWEST PRICE TECHNICALLY ACCEPTABLE. (x) N/A (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies. The following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3, Continuity of Services; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installation 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23160 ? Electrician, Maintenance $27.69 + 32.85% (End of Clause) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. 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): http://farsite.hill.af.mil (End of Provision) In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: By Mail: 375 CONS/LGCB ATTN: SSgt Matt Albert 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 By Fax: 618-256-5237 Attn: Matt Albert By E-Mail: matthew.albert@scott.af.mil QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 28 Aug 06. PERIOD FOR ACCEPTANCE OF QUOTES: This contract period of performance shall be from 25 Sep 06 through 24 Sep 07. The offeror agrees to hold the prices in its quote firm for 125 calendar days from the date specified for receipt of quotes. (xvii) The point of contact for this acquisition is SSgt Matt Albert. His phone number is 618-256-9251; fax is 618-256-5237; e-mail address is matthew.albert@scott.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-5237; e-mail marcia.wuebbels@scott.af.mil.
- Place of Performance
- Address: Scott AFB, IL
- Zip Code: 62225
- Country: UNITED STATES
- Zip Code: 62225
- Record
- SN01121133-W 20060823/060821221135 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |