Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

D -- UPS Preventive Maintenance, Repairs and Emergency Service, & Replacement of Capacitors / N00104-12-Q-Q755

Notice Date
9/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
N00104 NAVSUP Weapon Systems Support Mechanicsburg PA NAVSUP 5450 Carlisle Pike PO Box 2020 Mechanicsburg, PA
 
ZIP Code
00000
 
Solicitation Number
N0010412QQ755
 
Response Due
9/20/2012
 
Archive Date
9/28/2012
 
Point of Contact
Michael Sherick (717) 605-5089
 
Small Business Set-Aside
Total Small Business
 
Description
UPS Preventive Maintenance, Repairs and Emergency Service, & Replacement of Capacitors / N00104-12-Q-Q755 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13.3, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00104-12-Q755. This solicitation documents incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120829. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 811219 and the Small Business Standard is 19.0M. The proposed contract is a 100% set aside for small business concerns. NAVSUP Weapon Systems Support requests responses from qualified sources capable of Providing, Uninterrupted Power Supply (UPS) support, consisting of the three following task: (1)Preventive Maintenance (2)Emergency and General Services (3)Replacement of Capacitors (See the attached statement of work). The place of performance is Norfolk Naval Shipyard, Portsmouth, VA 23709. Vendors are required to complete the price worksheet, attached to this solicitation. Quotes submitted without a complete worksheet will not be considered for award. Quotes will be evaluated for the lowest price technically acceptable, and a purchase order will be issued as a result. This purchase order will contain, three CLINS. CLINS 1 and 3 (Preventive Maintenance, and Replacement of Capacitors) will be firm fixed. CLIN 2 (Emergency and General Services) will be a time and material line item, with a not to exceed limit. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.204-7 Central Contract Registration 52.209-2 Prohibition on contracting with inverted domestic corporations. 52.209-2 Prohibition on contracting with inverted domestic corporations. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: (HA06LN) NAVSUPWSSHA06 NAVY USE OF ABILITYONE SUPPORT CONTRACTOR/ RELEASE OF OFFEROR INFORMATION (MAY 2012) Note: this clause does not apply to any contractual documents ISSUED BY THE DLA ACTIVITIES identified by DoDAAC SPRMM1 OR SPRPA1 NAVSUP Weapon Systems Support (NAVSUP WSS) may utilize contractor support through the AbilityOne Program, as needed, to perform contract closeout functions for this acquisition. Information, including business sensitive/confidential or proprietary data, that the Offeror provides to the Government or information already in the possession of the Government may be viewed and utilized by the AbilityOne Program support contractor personnel during the course of its contract performance. The information that may be made available to the support contractor may include, for example, pricing and technical proposals, historical contract, pricing and performance information, Commercial Asset Visibility (CAV) reporting information and similar data/information. By submission of a proposal in response to this solicitation, the Offeror and its subcontractors consent to a release of their business sensitive/confidential or proprietary data to the Government ™s AbilityOne Program support contractor personnel in order to perform close out services. Prior to the release of any such information to the support contractor, the support contractor will have in place with the Government a Non- Disclosure/Non-Use Agreement in accordance with the terms of the AbilityOne Program support contract. Offerors may execute their own Non-Disclosure Agreement with the AbilityOne Program (see contact information below). The support contractor must provide copies of the executed agreements to the Contracting Officer (PCO) and the Contracting Officer ™s Representative (COR) for the support contract; and the Offeror/contractor for this acquisition must provide copies of the executed Agreement to the PCO for this acquisition. If the Offeror/contractor seeks such a Non-Disclosure Agreement with the AbilityOne Program support contractor, the Agreement must be executed no later than the date of final delivery under the resulting NAVSUP WSS contract. Company: AbilityOne Program Name: Karen Burns Telephone Number: 1-703-310-0462 E-Mail Address: kburns@nib.org 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 including This announcement will close at 5:00PM on Thursday 09/20/2012 Contact Michael Sherick who can be reached at Michael.Sherick@navy.mil. All responsible sources may submit a quote, which shall be considered by the agency. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N000104/N0010412QQ755/listing.html)
 
Record
SN02877933-W 20120913/120912001915-f8581421c03ec559478fb2321c032fd9 (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.