SOLICITATION NOTICE
59 -- UPS Batteries and Parts Kit
- Notice Date
- 7/30/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
- ZIP Code
- 23665
- Solicitation Number
- F2Q3103123AC01
- Archive Date
- 9/30/2013
- Point of Contact
- Timothy K. McCullough, Phone: 7577643576, Saundra V. Diggs, Phone: 7577649059
- E-Mail Address
-
timothy.mccullough@langley.af.mil, saundra.diggs@langley.af.mil
(timothy.mccullough@langley.af.mil, saundra.diggs@langley.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTATIONS Issued By: 633d Contracting Squadron/LGCA 26 July 2013 74 Nealy Avenue Langley AFB, VA 23665 Points of Contact: A1C Kyle McCullough, Contract Administrator (757)764-2576 & Saundra Diggs, Contracting Officer (757)764-9059 RFQ NUMBER: F2Q3103123AC01 TITLE: UPS Batteries This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ F2Q3103123AC01 in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a)(13). This acquisition is set-aside for small business under NAICS code 335999 with a 500 employee size standard. Please submit a quote for the items listed below: Item No. Description Quantity Unit 0001 Spare Parts Kit for Eaton Powerware 9390, 160kva UPS unit. Part #106711156 1 EA 0002 Battery replacement Mods for Eaton Powerware Blade units. Part # 103005977-5591 1 EA 0003 Air Filters, 16 x 30 x 1 Part # FMQP16301 12 EA 0004 Batteries: Part #12HX500-FR 10 EA FOB point is Destination. The required delivery date is 30 days ADC. All quotes must be emailed to POC A1C Kyle McCullough at timothy.mccullough@langley.af.mil at 633 CONS/LGCA by 31 July 2013, 1300 pm, Eastern Standard Time (EST). All contractors must be registered in the System For Award Management https://www.sam.gov/ database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date Offer Expires, Warranty, Line Item Unit Price(s), and Total Price. POINTS OF CONTACT A1C Kyle McCullough, Contract Administrator, Phone 757-764-3576, Fax 757-225-7443, timothy.mccullough@langley.af.mil Saundra Diggs, Contracting Officer, Phone 757- 764-9059, Fax 757-225-7443, saundra.diggs@langley.af.mil Email any questions to A1C Kyle McCullough at timothy.mccullough@langley.af.mil BASIS FOR AWARD: IAW FAR 13.106-1(a)(2) award will be made to the offeror who represents the best value to the Government. The following evaluation factor(s) will be used to determine best value: Price PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-13, Notice of Set-Aside of Orders FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.223-18, Ecouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-29, Terms for Financing of Purchases of Commercial Items FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.232-7010, Levies on Contract Payments The following AFFARS provisions and clauses are applicable to this solicitation: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/F2Q3103123AC01/listing.html)
- Place of Performance
- Address: Langley AFB, VA 23665, Langley AFB, Virginia, 23665, United States
- Zip Code: 23665
- Zip Code: 23665
- Record
- SN03132082-W 20130801/130731000232-198da15c0c355282ea9e2b063fddefd3 (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 |