SOLICITATION NOTICE
59 -- Uninterrupted Power Supply Preventive Maintenance - Statement of Work
- Notice Date
- 9/14/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
- ZIP Code
- 22060-6220
- Solicitation Number
- SP4705-12-Q-996
- Point of Contact
- carlos vidro-martinez, Phone: 7037676826
- E-Mail Address
-
carlos.vidro-martinez@dla.mil
(carlos.vidro-martinez@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation SP4705-12-Q-996 for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is attached to this combine synopsis-solicitation. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-61, effective September 13, 2012. The applicable North American Industry Classification Standard Code is 33599 and small business size standard is 500. The award will be in accordance with FAR 6.1. The solicitation will result in a firm- fixed price contract. Please submit all questions via email to the Point of Contact by September 20, 2012. This requirement is being issued under the FAR Part 12.6 Procedures. All future information about this acquisition, including combine synopsis-solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All proposed items that are "equal" MUST MEET ALL of the attached salient characteristics. In accordance with the provisions of 52.212-2, Evaluation - Commercial Items, award will be made to the lowest priced offer. The following factor will be evaluated: 1. Price Note: Quoters must also submit the manufacturer name and model number of items proposed. Date and time for submission of quotes: Quotes must be received no later than 12:00 PM EST on September 13, 2012. All documents to be submitted in response to this RFQ may be emailed to carlos.vidro-martinez@dla.mil. Please reference the RFQ number on all documents. Quoters are responsible for confirming receipt of submitted documents. The intention of this solicitation is to obtain a contractor to provide non-personal services to acquire Uninterrupted Power Supply Preventive Maintenance for a period of performance of a twelve months base period and two twelve option periods as follows: CLIN 0001 - Maintaining Continues Supply Full Preventive Maintenance on two UPS Units & Batteries twice a year in accordance with the Scope of Work in the attached Statement of Work. Contractor shall provide emergency services 24/7 with a response time of no more than 4 hours. Period of Performance 9/30/2012 through 9/29/2013 CLIN 1001 - Maintaining Continues Supply Full Preventive Maintenance on two UPS Units & Batteries twice a year in accordance with the Scope of Work in the attached Statement of Work. Contractor shall provide emergency services 24/7 with a response time of no more than 4 hours. Period of Performance 9/30/2013 through 9/29/2014. CLIN 2001 - Maintaining Continues Supply Full Preventive Maintenance on two UPS Units & Batteries twice a year in accordance with the Scope of Work in the attached Statement of Work. Contractor shall provide emergency services 24/7 with a response time of no more than 4 hours. Period of Performance 9/30/2014 through 9/29/2015. All deliveries are FOB Destination. Interested parties shall quotes in accordance with Scope of Work in the Statement of Work. CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.211-6, FAR 52.212-3, Offeror Representations and Certification--Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items (Feb 2012); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2012); 52.217-8, Option to Extend Services (Nov 1999), 52.217-9 Option to extend the Term of the Contract (March 2000), 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.219-28, Post Award Small Business Program Representation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33, Payment by Electronic Funds Transfer (Oct 2003); 52.242-13, Bankruptcy (Jul 1995); 52.242-15, Stop Work Order (Aug 1989); 52.247-34, FOB Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1,Instructions to Offerors (June 2008); 52.212-2 Evaluation- Commercial Items, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002) 52.215-5, Facsimile Proposals (Oct 1997); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2012); 252.239-7001, Information Assurance Contractor Training and Certification (Jan 2008); 252.239-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). All offerors wishing to submit a quote subsequent to the solicitation DLA Business office cribbed herein must be registered in the System for Award Management (SAM), database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on SAM and ORCA registrations at the following two websites: http://www.sam.gov/ and http://orca.bpn.gov/. Refer to the announcement for information on the exact located under Delivery Address. National Defense University (NDU) 7800 HAMPTON BLVD NORFOLK VA 24511 TEL: 757-443-6507 It is the Government's intention to award without negotiating, under the lowest price offer. Offers are due no later than September 20, 2012, 12:00 pm Eastern Standard Time, Attention: Carlos J. Vidro-Martinez or Beverly J. Williams, to emailed address carlos.vidro-martinez@dla.mil. Offers received after this date and time will not be considered for award
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-Q-996 /listing.html)
- Place of Performance
- Address: National Defense University (NDU), 7800 HAMPTON BLVD, NORFOLK, Virginia, 24511, United States
- Zip Code: 24511
- Zip Code: 24511
- Record
- SN02882863-W 20120916/120914235624-843c82974b337c441023bc800afc7de7 (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 |