SOLICITATION NOTICE
61 -- Briefcase Uninterruptable Power Supply
- Notice Date
- 2/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VTCD0027A001
- Archive Date
- 2/27/2010
- Point of Contact
- Joyce K. Wright, Phone: 813-828-4730
- E-Mail Address
-
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial supply and/or service 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. This is a Request For Quote (RFQ) and the solicitation number is F2VTCD0027A001. This acquisition is unrestricted. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: DESCRIPTION OF REQUIREMENT: Briefcase style UPS system and all pertinent accessories to include the following: CLIN 0001 (10 Each) 700BRX Briefcase series Uninterruptable Power Supply CLIN 0002 (5 Each) 700BRX Briefcase series Uninterruptable Power Supply CLIN 0003 (8 Each) 2000VA/1400W Global Uninterruptable Power Supply CLIN 0004 (2 Each) 2000VA/1400W Global Uninterruptable Power Supply CLIN 0005 (5 Each) Ruggedized Rackmount On-Line Global Uninterruptable Power Supply CLIN 0006 (8 Each) Case for Global Uninterruptable Power Supply CLIN 0007 (2 Each) Case for Global Uninterruptable Power Supply CLIN 0008 (5 Each) Case for Ruggedized Rackmount On-Line Global Uninterruptable Power Supply NOTE: Some CLINs are duplicated. These are purchased using different funding and must be broke out. The following salient characterists must be met for this requirement: The electrical specifications are: • Automatic Input Voltage sensing: any source of input voltage between 92 to 254 Volts AC - worldwide input voltage selection • Built-in input isolation transformer • user-selectable output voltage 100/110/115/120/127 VAC • Auto input frequency Selection 40-70 Hz • User selectable output frequency 50-60 Hz • 120VAC output voltage +_ 3% • No more than 5% THD full non-linear load • Auxiliary output receptacle NEMA 5-15R • Removable battery storage • Automatic bypass capability for servicing batteries • Rear connection for additional battery packs • Front Panel Indicator for battery conditions/status • 7 min. battery reserve • NEMA 5-15P input power cable • Four NEMA 5-15R output receptacles • Handles 200% of output rating for 8 seconds. • Meets MIL-STD-167-1 The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective 1 Feb 2010, DFAR DCN 20091229, and AFFAR AFAC 2009-1030. The North American Industry Classification System code (NAICS) is 335999, All Other Miscellaneous Electrical Equipment and Component Manufacturing. The Standard Industrial Classification (SIC) is 3629, UPS (uninterruptible power supplies) manufacturing. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. This is a Brand Name or Equal requirement. Any Or Equal proposal received will be sent to the technical advisor for compatibility or functionality. Award will be made to the quotation which offers the best value to the government. Multiple awards may be accomplished if any items are determined to be unbalanced. The Government also reserves the right to make no award at all. DELIVERY ADDRESS: Equipment is procured on behalf of Joint Communications Support Element, 8532 Marina Bay Dr, MacDill AFB, FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.225-13, Restrictions on Certain Foreigh Purchases; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; 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; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.219-28, Post-Award Small Business Program Representative; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 12 February 2010, by 4:00 p.m. EST. Submit offers or questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@macdill.af.mil. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VTCD0027A001/listing.html)
- Place of Performance
- Address: 8532 Marina Bay Drive, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02055655-W 20100204/100202235343-dc5d366d9eee16e937cdae06e6acbc31 (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 |