Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
MODIFICATION

N -- UPS HARDWARE - RESPONSES TO QUESTIONS

Notice Date
7/16/2012
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NFFN7400-12-04229JR
 
Archive Date
7/28/2012
 
Point of Contact
JOY A. RICHARDSON, Phone: 303-497-4973
 
E-Mail Address
JOY.A.RICHARDSON@NOAA.GOV
(JOY.A.RICHARDSON@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RESPONSES TO QUESTIONS 07-16-2012 AMENDMENT 0002 IS ISSUED ON JULY 16, 2012 IN RESPONSE TO QUESTIONS RECEIVED FROM VENDORS.QUESTIONS AND ANSWERS: 1. Question: Will the contractor furnish both the Gamatronic M50 five slot or equivalent UPS and the Cutler Hammer 175A, 22kA1C (or equivalent) external wall mounted 3 breaker maintenance bypass switch? Answer: Yes 2. Will there be any Government furnished equipment? Answer: No 3. How many PM service visits are required each year? Answer: There are two required visits per year, one minor and one major. 4. What is the manufacturer, model and kVA size of the existing system? Answer: Computer Power, Inc./Trimax ii/60kVA 5. Where in the building is the UP{S Room located? Answer: On the ground floor 6. Where do the contractors park their truck? Answer: Parking is at the rear of the facility at the loading dock 7. What is the distance from the truck (loading dock) to the room? Answer: Approximately 60 feet 8. Are there any kind of surfaces and doorways from the loading dock to the room that will make it difficult to remove existing equipment and bring in the new UPS? Answer: There are no surfaces or doorways that would make it difficult to remove/install UPS. The loading dock and the UPS room are on the same elevation. 9. What is the number of batteries/jars? Answer: Thirty-two (32) batteries 10. Are they in a cabinet or on a rack? Answer: Batteries are in groups of 8 on 4 shelves of a lockable cabinet. (End) AMENDMENT NUMBER 0001 IS ISSUED TO EXTEND THE SOLICITATION DUE DATE FROM JULY 20, 2012 TO JULY 27, 2012 - 12:00 NOON MDT. OFFEROR'S MUST ACKNOWLEDGE RECEIPT OF THIS AMENDMENT ON THEIR QUOTE. SUBMIT ELECTRONIC QUOTES TO: JOY.A.RICHARDSON@NOAA.GOV COMBINED SYNOPSIS/SOLICITATION Remove Existing UPS Hardware and Replace with New, to Include Maintenance Agreement. (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes referencing RFQ Number: NFFN7400-12-04229JR (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. (IV) This procurement is being issued as a Total Small Business Set-Aside. The associated NAICS Code is 811219. The small business size standard is $19.0 million. (V) This combined solicitation/synopsis is for commercial services to remove existing UPS hardware and replace with new in accordance with the attached Statement of Work which also includes maintenance agreement. SCHEDULE OF ITEMS CLIN DESCRIPTION QTY UNIT PRICE TOTAL PRICE 0001 Remove Existing UPS Hardware and Replace with New (Qty 1 - Price) 0002 Twelve (12) Month Maintenance Agreement (Qty 12 - Price) 0003 Option - Twelve (12) Month Maintenance Agreement (Qty 12 - Price) (VI) Description of requirements as follows: See requirements defined in the attached Statement of Work. (VII) Period of Performance shall be as follows: From the time of award through July 19, 2013. Date and place of performance and acceptance shall be determined by the US Department of Commerce/NMFS, Esturine Habit Coast Fish Center, 646 Cajundome Blvd, Lafayette, LA 70506. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. The offerer must submit a quote for each CLIN item in Section (V) above. Inquiries: Offerors must submit all questions concerning this solicitation in writing to Joy Richardson at joy.a.richardson@noaa.gov. Questions should be received no later than 12:00PM MDT on July 16, 2012. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation via FedBizOps. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on Best Value to the Government and the factors set forth below, and award will be made to the firm offering the Best Value to the Government. (a) The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered on an all or none basis. The following factors shall be used to evaluate offers: 1) Past Performance: Offeror shall demonstrate written past performance and references for at least two (2) similar projects.. Contact information must include client's name, point-of-contact, address, phone number and e-mail address. Past performance evaluation will be based on demonstrated experience with similar projects. 2) Technical: The offeror shall demonstrate qualifications and relevant experience of key personnel. Quantity and relevance of experience and expertise. Offeror shall provide a narrative for each of its proposed key personnel, which contains information of the experience demonstrated skills of the offeror's proposed key personnel in performance of work of a similar nature.. 3) Price: An award will be made based on best value where price equals the evaluation factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications (Apr 2012) - Commercial Items with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. Representations by Corporations Regarding any Unpaid Deliquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation) (Mar 2012) See Attachment A incorporated in the Statement of Work. Must be returned with quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XIII) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS. (May 2012). The following clauses under subparagraph (b) apply: (8) 52.209-10, Prohibition on contracting with Inverted Domestic Corporations (May 2012). (12) 52.219-6, Notice of Small Business Set-Aside (Nov 2011). (23) 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222.19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act Supplies (Feb 2009). (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (XIV) The following clauses are also applicable to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 52.214-34, Submission of Offers in the English Language (Apr 1991). 52.214-35, Submission of Offer in U.S. Currency (Apr 1991). 52.217-5, Evaluation of Options (July 1990). 52.222-41, Service Contract Act of 1965 (Nov 2007). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009). 52.228-5, Insurance - Work on a government Installation (Jan 1997). 52.237-2, Protection of Government Buildings, Equipment and Vegetation (Apr 1984). 52.242-15, Stop-Work Order (Aug 1989). FAR CLAUSES FULL TEXT 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisitions.gov/far End of clause) 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within fifteen (15) days prior to contract expiration. 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within fifteen (15) days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed twenty-four (24) months. (End of clause) Department of Commerce Clauses: 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (APR 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.209-73, COMPLIIANCE WITH THE LAWS (APR 2010) The Contractor shall comply with all applicable laws, rules and regulations which deal with or relate to performance in accord with the terms of the contract. (XV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XVI) Quotes are required to be received in the contracting office no later than 12:00 PM MDT on July 20, 2012. All quotes can be scanned and emailed to the attention of Joy Richardson. The email address is: Joy.A.Richardson@noaa.gov., or sent via USPS to: NOAA Western Acquisition Division MC3, Attention-Joy Richardson, 325 Broadway, Boulder, CO 80305. No faxed quotes will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFN7400-12-04229JR/listing.html)
 
Place of Performance
Address: US DEPARTMENT OF COMMERCE/NMFS, ESTURINE HABIT COAST FISH CTR, 646 CAJUNDOME BLVD, ROOM 175, LAFAYETTE, Louisiana, 70506, United States
Zip Code: 70506
 
Record
SN02804173-W 20120718/120716235336-e23c5be1a6f424dd939a4d6530bcd039 (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.