SOLICITATION NOTICE
J -- MAINTENANCE OF UPS EQUIPMENT - SOLICITATION DOCUMENT
- Notice Date
- 8/16/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535
- ZIP Code
- 20535
- Solicitation Number
- RFP770425
- Archive Date
- 9/24/2011
- Point of Contact
- Garland Crosby, Phone: 202-324-9013
- E-Mail Address
-
garland.crosby@ic.fbi.gov
(garland.crosby@ic.fbi.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This Document is THE SOLICITATION This is a combined synopsis and solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6. This synopsis and solicitation is being issued as Request For Proposal number 770425 and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-53. Please note that this is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses.This announcement is supplemented by an electronic solicitation. This will be a Firm Fixed Price Contract for a maintenance and emergency repair services to keep the Uninterruptible Power Supply (UPS) system at the Federal Bureau of Investigation (FBI) Headquarters facility operating at a minimum of 99% of full capacity. The equipment requiring service and [possible] maintenance is situated in two separate locations within the FBIHQ building. Location ONE consists of four Liebert 1,000 KVA UPS systems, two system control cabinets, two maintenance bypass breakers, two 240 battery banks, site scan monitoring system and twelve power distribution units; two Liebert 640KVA UPS systems, two system control cabinets, six battery cabinets and a maintenance bypass breaker. Location TWO consists of three Liebert 225 KVA UPS systems, system control cabinet, six battery cabinets and a maintenance bypass breaker. Proposals shall include performance details and pricing for the maintenance and service on the identified UPS equipment and related batteries in accordance with the "Description / Specification / Work Statement" included in the accompanying Solicitation. All responsible and eligible Service-Disabled Veteran-Owned Small Business sources may submit a proposal which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforming to the attached solicitation will be most advantageous to the Government, technical capabilities, past performance and price considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). Offerors are required to use the accompanying Standard Form 1449 - Solicitation/Contract/Order for Commercial Items.http://www.gsa.gov/forms The following factors, in descending order of importance shall be used to evaluate offers: (1) Quality of the maintenance and repair services plan offered, (2) Offeror past performance record and (3) Pricing offered. The Pricing provided shall include all contractor costs including: labor, wages, indirect costs (including overhead, travel, fringe benefits and general and administrative expenses) and profit. All labor rates shall be in full accordance with official US Department of Labor wage rates, found under Wage Determination Number: 2005-2103, Revision Number: 11, Revision Date: June 13, 2011. See website www.wdol.gov for details. All proposals shall include past performance information which consists of contact information (ie. name, address, phone numbers and services description) for three professional references that confirm contractor capabilities on services performed within the last three years. The period of performance for the resulting contact shall be one base year from the date of award, with the option of four one-year option periods thereafter. Note: All contractors must be registered in the Central Contract Registry (CCR) prior to receiving an award; see web-site www.ccr.gov for details on the CCR. THE SCHEDULE FOR THIS PRE-AWARD PROCESS IS: SITE SURVEY at FBIHQ on August 25th 2011 at 11:00AM; QUESTIONS from potential offerors must be received via E-Mail to garland.crosby@ic.fbi.gov August 29th 2011 by 4:00 PM EST; ANSWERS TO QUESTIONS will be posted as an amendment to this notice on August 31, 2011; PROPOSALS WILL BE DUE on September 9th, 2011 no later than 4:30 PM EST via E-Mail to garland.crosby@ic.fbi.gov or standard mail to 2400 Schuster Drive, Cheverly*, MD 20781, Attn: Garland Crosby - room 6329. ALL ELECTRONIC COMMUNICATIONS must have RFP-770425 in the title of the message. Proposals not received via E-Mail or standard mail by the specified date and time will be considered late/non-responsive in accordance with the FAR. The point of contact for all information is Garland L. Crosby Jr., (202) 324-9013. The Government anticipates award to be made within two (2) weeks after closing. *Cheverly may sometimes be identified as Hyattsville when shipping mail and packages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFP770425/listing.html)
- Place of Performance
- Address: 935 Pennsylvania Avenue, NW, Washington, District of Columbia, 20535, United States
- Zip Code: 20535
- Zip Code: 20535
- Record
- SN02535466-W 20110818/110816234943-b6bff61e2ecfe1688cad160d52e93b03 (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 |