SOLICITATION NOTICE
J -- Preventive and Corrective Maintenance of Uninterrupted Power Supply (UPS) and Battery for the THAAD Blockhouse, Radar Hardstand and Launch Pad, Pacific Missile Range Facility (PMRF), Kauai
- Notice Date
- 11/24/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060407T0078
- Response Due
- 11/28/2006
- Archive Date
- 11/29/2006
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items and services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00604-07-T-0078. This combined synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-13 and DFARS Change Notice 20061109. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses and provisions may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/drars/index.htm. The NAICS code is 811219, the FSC code is J059, and the Small Business Size Standard is $6.5 million. This procurement is 100% set-aside for small business concerns, and identif ies a brand name purchase for Pacific Rim Connections, Inc. products and services. Pacific Rim Connections, Inc is the manufacturer?s (Eaton Electrical, Inc/Eaton Power Quality Corporation and Powerware Global Services) representative for the state of Hawaii. Eaton Electrical is the original equipment manufacturer and their UPS products are to be maintained by Eaton Electrical employees or their representatives, utilizing proprietary diagnostic and adjustment software, in order to keep the warranties on the equipment.. The Fleet and Industrial Supply Center (FISC), Pearl Harbor, Hawaii requests responses from qualified sources capable of providing the following: ITEM 0001: POWERWARE/POWERTRUST PREFERRED SERVICE PLAN PP81N, INCLUDES 2 EACH UPS & BATTERY PM FOR BLOCKHOUSE, MODEL 9315 PLUS 50/40Kva, S/N# EW032ZBA05, QTY: 1 EACH. ITEM 0002: POWERWARE/POWERTRUST PREFERRED SERVICE PLAN PP81N, INCLUDES 2 EACH UPS & BATTERY PM FOR HARDSTAND UPS 2, MODEL 9315 PLUS 50/30Kva, S/N# EW033ZBA03, QTY: 1 EACH ITEM 0003: POWERWARE/POWERTRUST PREFERRED SERVICE PLAN PP81N, INCLUDES 2 EACH UPS & BATTERY PM FOR HARDSTAND UPS 1, MODEL 9315 PLUS 50/30Kva, S/N# EW033ZBA02, QTY: 1 EACH ITEM 0004: POWERWARE/POWERTRUST PREFERRED SERVICE PLAN PP81N, INCLUDES 2 EACH UPS & BATTERY PM FOR LAUNCH PAD, MODEL 9315 PLUS 50/30Kva, S/N# EW032ZBA06, QTY: 1 EACH ITEM 0005: POWERWARE BATTERY PM 0005N-BAT FOR THE LAUNCH PAD, MODEL 9315 PLUS 50/30Kva, S/N# EW032ZBA06, QTY: 2 EACH ITEM 0006: POWERWARE SPARE PARTS ?A? KIT #106711063, QTY: 1 EACH ITEM 0007: POWERWARE UPS PM 0005N FOR THE BLOCKHOUSE, MODEL 9315 PLUS 50/40Kva, S/N# EW032ZBA05, QTY: 2 EACH ITEM 0008: POWERWARE BATTERY PM 0005N-BAT FOR THE BLOCKHOUSE, MODEL 9315 PLUS 50/40Kva, S/N# EW032ZBA05, QTY: 2 EACH ITEM 0009: POWERWARE UPS PM 0005N FOR THE HARDSTAND UPS 2, MODEL 9315 PLUS 50/30Kva, S/N# EW033ZBA03, QTY: 2 EACH ITEM 0010: POWERWARE BATTERY PM 0005N-BAT FOR THE HARDSTAND UPS 2, MODEL 9315 PLUS 50/30Kva, S/N# EW033ZBA03, QTY: 2 EACH ITEM 0011: POWERWARE UPS PM 0005N FOR THE HARDSTAND UPS 1, MODEL 9315 PLUS 50/30Kva, S/N# EW033ZBA02, QTY: 2 EACH ITEM 0012: POWERWARE BATTERY PM 0005N-BAT FOR THE HARDSTAND UPS 1, MODEL 9315 PLUS 50/30Kva, S/N# EW033ZBA02, QTY: 2 EACH ITEM 0013: POWERWARE UPS PM 0005N FOR THE LAUNCH PAD, MODEL 9315 PLUS 50/30Kva, S/N# EW032ZBA06, QTY: 2 EACH Required delivery date is December 1, 2006. If the required delivery date cannot be met, an alternate delivery schedule may be considered. Please provide your best delivery schedule. Delivery shall be FOB Destination to the Pacific Missile Range Facility (PMRF), Kauai, Hawaii 96752-0128. Firms that have the capability to perform the above work should notify us by November 28, 2006 and provide a letter from Eaton Electrical stating that they are an authorized representative of Eaton Electrical The following provisions and clauses are applicable to this procurement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors?Commercial Items; FAR 52.212-4 Contract Terms and Conditions?Commercial Items; FAR 52.215-5 Facsimile Proposals; DFARS 252.225-7000 Buy American Act?Balance of Payments Program Certificate; FAR 52.204-7, Central Contractor Registration; FAR 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: (1 ) Technically acceptable, (2) Price. Award will be made to the low cost, technically acceptable responsible offeror; FAR 52.212-3 Offeror Representations and Certifications?Commercial Items; FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, incorporates he following clauses by reference: FAR 52.222-19 Child Labor?Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.232-36 Payment by Third Party (May 1999) (31 U.S.C. 3332); DFARS 252.204-7004 Alt A Central Contract or Registration; DFARS 252.212-7001 Contract Terms and Conditions Requ ired to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporates the following clause by reference: DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a- 10d, E.O. 10582). Additional contract terms and conditions applicable to this procurement are included in full text in the accompanying electronic attachment to this combined synopsis/solicitation. These include Local Clause G1 Representative of the Contracting Officer (FISCPH) (JUL 2006); Local Clause G3 Representative of the Contractor (FISCPH) (JUL 2006); Local Clause G7 Payment by Government Purchase Card (FISCPH) (JUL 2006); Local Clause L003 Unit Prices (FISCPH) (JUL 2006); Local Clause L331 Review of Agency Protest (FISCPH) (JUL 2006); and NAVSUP H25 SPS Consolidated Server Time Zone (JUN 2006) (NAVSUP). Award will be conducted under the provisions of FAR Part 13 ? Simplified Acquisition Procedures. All prospective quoters are responsi ble for monitoring this site for the release of amendments (if any) or other information pertaining to this announcement. All responsible sources may submit a quote, which shall be considered by the agency. Quoters must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB Point, payment terms, Commercial and Government Entity (CAGE) code, a completed FAR Clause 52.212-3, Offeror Representations and Certifications ? Commercial Items, and a completed Local Clause G3, Representative of the Contractor. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. The quoter is encouraged to use the Standard Form 1449, ?Solicitation/Contract Order for Commercial Items.? The form can be found at http://www.gsa.gov/Portal/gsa/ep/formslibrary.do?formType=SF. This announcemen t will close at 3:00 p.m. Hawaii Standard Time on November 28, 2006. Facsimile quotes will be accepted at (808)473-5750, or may be e-mailed to Gwendolyn.rapoza@navy.mil.
- Record
- SN01186325-W 20061126/061124230416 (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 |