SOLICITATION NOTICE
30 -- Temporary Standby Power Generator and Maintenance Service - Statement of work
- Notice Date
- 6/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Broadcasting Board of Governors, Director, Office of Contracts, Office of Contracts (M/CON), 330 C Street, SW, Room 4300, Washington, District of Columbia, 20237, United States
- ZIP Code
- 20237
- Solicitation Number
- BBG-Q-12-0056
- Archive Date
- 6/26/2012
- Point of Contact
- Cynthia C. Sugg, Phone: 2023827858, Rachel E Johnson, Phone: 202-205-0388
- E-Mail Address
-
ccsugg@bbg.gov, rjohnson@bbg.gov
(ccsugg@bbg.gov, rjohnson@bbg.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Standby Generator and Maintenance Service This Combined Synopsis/Solicitation was prepared by the U.S. Broadcasting Board of Governors (BBG), International Broadcasting Bureau, (IBB) pursuant to Federal Acquisition Regulation (FAR) Subpart 12.603 "Streamlined Solicitation for Commercial Items" to include the following additional information: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This Solicitation Number BBG50-Q-12-0056 is issued as a Request for Proposal (RFP) that will result in the purchase of Temporary Standby Power Generator System and Maintenance. This will be an award of a firm-fixed - price contract using full and open competition. (iii) This is a combined synopsis/solicitation document and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-58 May 18, 2012. (iv) The Contracting Officer (CO) has found and determined that the nature of the supplies to be provided is appropriate for an "unrestricted" procurement. (v) The Contractor shall provide pricing and delivery for 2 items. The purchase of a temporary standby power Generator and the maintenance service. (vi) The 2 items required above are described on the attached Statement of Work. Vendor will provide Generator and maintenance service according to all specifications stated in attached Statement of Work. (vii) The Period of performance shall be as follows: a. All service and maintenance records shall be provided with 1 base year and 4 options. b. Contractor is to provide best options for warranty. This will be a factor in the evaluation process. c. Contractor is to provide most effective time installation schedule. This will be a factor in the evaluation process. (viii) The provision at FAR Subpart 52.212-1 [Instructions to Offerors - Commercial Items] applies to this acquisition. (ix) The provision at FAR Subpart 52.212-2 [Evaluation of Commercial Items] is hereby incorporated by reference into this combined synopsis/solicitation. The below-stated technical evaluation subfactors, when combined, are more important than price in the BBG's overall evaluation of an Offeror's proposal. Past performance will also be considered [see FAR Subpart 15.304 (Evaluation Factors and Significant Subfactors)]. The technical evaluation subfactors in descending order of importance are compliance with the technical requirements in the attached Statement of Work, and past performance. (x) Offerors shall submit a completed copy of the provision at FAR Subpart 52.212-3 [Offeror representations and certifications -- commercial items] with their proposal. This provision can be found at the following website: http://www.arnet.gov/far/; if requested by an Offeror, a copy of far subpart 52.212-3 can be obtained by contacting the contracting officer. (xi) FAR Clause 52.212-4 [Contract Terms and Conditions -- Commercial Items] applies to this acquisition. (xii) FAR Clause 52.212-5 [Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items] applies to this acquisition and incorporates the following clauses: FAR Clause 52.203-6 [Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402)]; FAR Clause 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns (if an Offeror elects to waive the preference, the Offeror shall so indicate in his/her proposal)]; FAR Clause 52.219-8 [Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3))]; FAR Clause 52.222-21 [Prohibition of Segregated Facilities]; FAR Clause 52.222-26 [Equal Opportunity (E.O. 11246)]; FAR Clause 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)]; FAR Clause 52.222-36 [Affirmative Action for Workers with Disabilities (29 U.S.C. 793)]; FAR Clause 52.225-1 [Buy American Act - Supplies (41 U.S.C. 10a-10d)]; FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (Pub. L. 103-355, Section 7102, and 10 U.S.C. 2323) (if an Offeror elects to waive the adjustment, the Offeror shall so indicate in his/her proposal)]; Alternate I of FAR Clause 52.219-23 [Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns]; FAR Clause 52.232-18 [Availability of Funds]; FAR Clause 52.232-33 [Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332)]; FAR Clause 52.239-1 [Privacy or Security Safeguards (5 U.S.C. 552a)]; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract. (xiii) The Offeror shall note that 2 items in (v) shall be firm-fixed pricing. The Contractor's proposed prices shall include wages, overhead, general and administrative expenses, and profit. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this acquisition. (xv) No numbered notes apply to this acquisition. (xvi) Offerors shall submit two (2) separate documents (proposals) to the BBG, namely: (1) a Price Proposal that states: (a) the Offeror's proposed firm-fixed-price for the 2 items and (2) Past experience/performance information. Questions are to be submitted by 12:00 noon EST on June 21, 2012. Proposals are to be submitted by 2:00 EST on June 25, 2012 to address indicated below. (xvii) Broadcasting Board of Governors (BBG), Office of Contracts (M/CON), Room 4007A, Switzer Building, 330 "C" Street (SW), Washington, DC 20237, Attention: Ms. Cynthia C. Sugg. Proposals must be submitted in hard copy format only (i.e., in person, U.S. Mail, or Federal Express or equivalent commercial courier service). Offerors should note that proposals submitted by e-mail or facsimile will not be considered. (xviii) Information regarding this combined synopsis/solicitation can be obtained by contacting the Contracting Officer, Ms. Cynthia C. Sugg, at (202) 382-7858, or via e-mail at ccsugg@bbg.gov. Any Offeror may submit an offer, which shall be considered by the BBG.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/BBG/ADM/MCONWASHDC/BBG-Q-12-0056/listing.html)
- Place of Performance
- Address: Broadcasting Board of Governors, International Broadcasting Bureau, Office of Technology, Services & Innovation, 330 Independence Ave. SW. Room G-074, Washington, District of Columbia, 20237, United States
- Zip Code: 20237
- Zip Code: 20237
- Record
- SN02780080-W 20120621/120619235701-9583c1f9a5d4df330445441093bd271c (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 |