Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2011 FBO #3438
MODIFICATION

J -- UPS Maintenance - Amendment 1

Notice Date
4/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-11-T-0016
 
Archive Date
5/14/2011
 
Point of Contact
Joshua R. Houseworth, Phone: 3167594537, Jeff Choi, Phone: 316-759-4532
 
E-Mail Address
joshua.houseworth@us.af.mil, jeff.choi.1@mcconnell.af.mil
(joshua.houseworth@us.af.mil, jeff.choi.1@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Revised Statement of Work to include updates made to quantities on 22 April, 2011 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; proposals are being requested and a written solicitation will not be issued. This solicitation, Purchase #FA4621-11-T-0016, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-50. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 811219 with a size standard of $5,000,000. McConnell AFB KS plans to acquire the following items. 0001 - UPS Maintenance - Period of Service: 1 Year from Award of Contract. Items For Maintenance Include: Tag# Description Part # QTY 1147527 SRS 300 45-70 UDC63050c25RT04 2 EA 1147528 Sealed Battery UPS 12-400MR 4 EA 1327839 Sealed Battery FRUBP050HUJB-1 4 EA 1480976 NX20-30 INT BAT 38SB020C0CHR 2 EA 1480977 Sealed Battery 38BP020RWR1BNR 4 EA 1480978 NX 10-30PERIPH 38MB0200CC6AL 1 EA 1327700 NFINITY 4-16 N112S0412600 1 EA 1327701 NFINITY Ext Bat N900E1200000 1 EA Coverage Type for All Parts: Essential Specifications: GENERAL: The contractor shall provide all personnel, equipment, tools, supplies, materials, supervision and transportation necessary to: 1. Monitor the uninterruptible power supply (UPS) system via network hook up to the devices. 2. Provide an interface path (web base) for the Comm. Focal Point. The Comm Focal Point is a help desk which provides support basewide for the majority of IT problems. 3. Provide an on-call technician certified to operate, maintain, and repair the UPS equipment listed below. The technician is required to respond within 4 hours of the call, 24 hours a day, and 7 days a week. 4. Provide battery recycling/disposal as required by EPA requirements. Documentation showing compliance with EPA standards must be provided by the company to 22d Comm. upon contract award. 5. Repair or replace any malfunctioning equipment within the UPS system. Repair or replacement will be determined by 22d Comm. in agreement with the technician. All replacements/repairs will be covered within the scope of the contract. (Items listed below) 6. Inspect the entire system and its components per requirements below. 7. Provide a standard commercial warranty to replaced parts. PERFORMANCE REQUIREMENTS: ENTIRE SYSTEM: Maintain and monitor to ensure back up power is available to keep network and phone equipments running in Bldg 515 and 739. UPS COMPONENTS: These units to be monitored repaired when needed or replaced if necessary. These units must be repaired or replaced within 24 hours. Contractor to provide 2 inspections of the UPS per year. (Once every 6 months) 1327700 NFINITY 4-16 (16KVA UPS System Cabinet) 1147527 SRS 300 45-70 (50KVA UPS System Cabinet) 1480976 NX 20-30 INTBAT (20KVA UPS System Cabinet) 1480978NX MBC (Maintenance Bypass Cabinet for 20KVA UPS System) BATTERY COMPONENTS: These units to be monitored repaired when needed or replaced if necessary. Contractor to provide 4 inspections of the Batteries per year. (Once a quarter) 1327701 NFINITY EXT BAT (External Battery Cabinet for 16KVA UPS System) 1147528 SEALED BATTERY (External Battery Cabinet for 50KVA UPS System) 1327839 SEALED BATTERY (External Battery Cabinet for 50KVA UPS System) 1480977 SEALED BATTERY (External Battery Cabinet for 20KVA UPS System PERFORMANCE PERIOD: One year from date of award WORK HOURS: 7:30 AM to 4:30 PM Local Monday through Friday, excluding Federal Holidays. Emergency call hours are 24 hours a day, 365 days a year. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The following factor will be used to evaluate offers: Price, and is included in paragraph (a) of this provision. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Specifically, the following clauses and provisions cited are applicable to this solicitation: FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; 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 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-50, Combat Trafficking in Persons; FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim. The following additional terms and conditions also apply to this contract: FAR 52.204-10, Reporting Subcontract Awards; FAR 52.219-1, Small Business Program Representations; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor Access to Air Force Installations; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The offeror shall include, as part of their offer, a completed 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 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)). DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.243-7001, Pricing of Contract Modifications. Please contact the contracting officer, Capt. Rosa Krauss at 316-759-4537 or by e-mail at rosa.krauss@us.af.mil, before using an ombudsman. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (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 of 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. Capt. Rosa Krauss at 316-759-4537 or by e-mail at rosa.krauss@us.af.mil 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, 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) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 p.m. Central Standard Time 25 Apr 2011. Offers can be faxed to Joshua Houseworth at 316-759-1411 or e-mailed to joshua.houseworth@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-T-0016/listing.html)
 
Place of Performance
Address: McConnell AFB, KS 53147 Kansas Street Suite 102, Bldg 732, McConnell AFB, Kansas, 67221-3603, United States
Zip Code: 67221-3603
 
Record
SN02431707-W 20110424/110422234642-f71b8a29f68a6284b16270f82bedb662 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.