SOLICITATION NOTICE
61 -- LIEBERT 600 UPS MAINTENANCE AND REPAIR - Request for Quotes
- Notice Date
- 7/13/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- Department of the Navy, United States Marine Corps, MCB Camp Butler - Far East, PSC 557 Box 2000, Bldg 355 Camp Foster Okinawa Japan, FPO, 96379-2000, United States
- ZIP Code
- 96379-2000
- Solicitation Number
- M67400-15-T-0122
- Archive Date
- 8/6/2015
- Point of Contact
- Cassandra M. Garcia, Phone: 3126458697, Jose Gil, Phone: 3156458697
- E-Mail Address
-
cassandra.garcia@usmc.mil, jose.a.gil@usmc.mil
(cassandra.garcia@usmc.mil, jose.a.gil@usmc.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COVERSHEET PERFORMANCE WORK STATEMENT(PWS) Combined Synopsis/Solicitation 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. This procurement is a Total Small Business Set-Aside. Only quotes submitted by Small Business concerns will be accepted by the Government. The NAICS code is 326299 and the size standard is 500 employees. Any quote that is submitted by a contractor that is not a small business concern and does not meet the size standard shall not be considered for award. This announcement constitutes the only solicitation. Therefore, quotes are being requested and a separate written solicitation will not be issued. Solicitation number M67400-15-T-0122 applies and is issued as a Request for Quotation (RFQ). The Government intends on issuing a single order to the quoter whose quote is most advantageous to the Government and meets all criteria in this solicitation and Performance Work Statement (PWS). In accordance with the attached PWS, the Government is soliciting for Maintenance and Repair of the Liebert 600 Series Uninterruptible Power Supply System and the associated Battery Strings. This service shall take place in Okinawa, Japan. All services, as annotated in the attached PWS, awarded as a result of this RFQ are expected to commence no later than the date specified in the contract award and the PWS. All quoters shall submit a technical proposal, a price quotation, and past performance. The quotation, submitted in response to this solicitation, shall be formatted as follows, in separate volumes. Quoters must include the name, title, address, and phone number of the individual responsible for inquiries to the quotation. Quotations are limited to a maximum of 10 pages per Volume. Quoters shall submit one electronic file for the price proposal and two electronic files for the technical proposal and past performance. One version of the technical proposal and past performance should be redacted. Volume I - Price Quotation This volume of the quotation shall consist of pricing for all contract requirements. Volume II - Technical Proposal This volume shall contain the Overall Technical Approach; Proposed Methodology; Demonstrated Understanding of the Scope of Work. The quoter shall provide responses which address each of the requirements as listed in the Performance Work Statement. Detailed responses to each of these requirements shall provide an explanation indicating quoter's ability and proposed methodology to be utilized to meet each requirement. Responses shall not be a restatement of the requirement but shall be comprehensive, well-conceived, and include detailed approaches to accomplishing the tasks presented in the Performance Work Statement. This volume shall also contain proof of experience and/or instructor credentials. Technical Proposal shall be practical, legible, clear, and coherent. In order that evaluation may be accomplished strictly on the merit of the material submitted, no prices shall be included in technical proposals. General statements that the quoter can comply with the requirements will not, by themselves, be adequate. Volume III - Past Performance This volume shall contain the past performance information of at least three previous contracts that are both relevant and recent. Relevancy is defined as any contract that was performed for the exact or similar service. Recency is defined as any contract performed within the last three (3) years. The following factors will be considered, in order of precedence, when evaluating all quotes received: Technical Approach, Instructor experience and/or credentials, and Price. Non-price factors combined are more important than price. Volume I - Price Quotation will be ranked based on price from high to low. The price evaluation will document the realism, reasonableness, and completeness of the total evaluated price. Volume II - Technical Proposal will be evaluated based off all evaluation criteria taking into consideration the tradeoff process. Technical Criteria Ratings - Rating definition Acceptable - Technical Proposal clearly demonstrates the ability to meet the requirements of the Performance Work Statement and provides proof of experience and/or instructor credentials. Unacceptable - Technical Proposal fails to demonstrate the ability to meet the requirements of the Performance Work Statement and/or fails to provide proof of experience and/or instructor credentials. Volume III - Past Performance will be rated using the ratings of acceptable, unacceptable, and neutral. Past Performance Criteria Ratings - Rating definition Acceptable - Quoter provides three (3) or more previous contracts that are both relevant and recent. Unacceptable - Quoter fails to provide at least three (3) previous contracts that are both relevant and recent. Neutral - In the event that a quoter does not have any Past Performance records, it shall be stated in Volume III and the quoter will receive a neutral rating. A neutral rating shall be treated as such and not negatively impact the overall evaluation of any responsive quoter. Quoters are instructed to completely fill out the attached coversheet and return it along with your quote. All quotes shall be submitted in English. The following clauses apply to this acquisition: FAR 52.204-2 Security Requirements (Aug 1996) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Jun 2010) FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012) FAR 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving(Aug 2011) FAR 52.225-14 Inconsistency between English Version and Translation of Contract(Feb 2000) FAR 52.225-17 Evaluation of Foreign Currency Offers(Feb 2000) FAR 52.232-33 Payment by Electronic Funds Transfer (Oct 2003) FAR 52.233-1 Disputes (Jul 2002) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2 Protection Of Government Buildings, Equipment, And Vegitation (Apr 1984) DFARS 252.203-7000 Requirement Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003 Control Of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.222-7002 Compliance With Local Labor Laws(Overseas) (Jun 1997) DFARS 252.225-7041 Correspondence in English (Jun 1997) DFARS 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) Responsible quoters must be active in the System for Award Management in accordance with DFAR 252.204-7004 Alt A (Feb 2014). The following provisions apply to this RFQ: FAR 52.204-7 System for Award Management (Jul 2013) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2011) DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (Nov 2011) Note: Full text of each FAR and DFARS clause and provision may be accessed electronically at http://farsite.hill.af.mil/ Payment shall be made electronically by DFAS Columbus, utilizing Wide Area Work Flow for CONUS quotes, and by DFAS Yokota Japan for local quotes. Quoters are instructed to include their DUNS number and CAGE code in their quote. Failure to provide the required information may result in your quote being considered non-responsive by the Government. Questions regarding this requirement must be submitted to cassandra.garcia@usmc.mil NLT 1800 EST on 20 Jul 2015. Quoters shall submit their response to this RFQ via email to cassandra.garcia@usmc.mil or via fax to 011-81-611-745-0959 NLT 1800 EST on 22 Jul 2015. However, Quoters are advised it is their responsibility to ensure all information pertaining to this RFQ is received in full by the Regional Contracting Office-MCIPAC NLT than the expiration of this RFQ. Alternate Point of Contact: Sgt Jose A. Gil, jose.a.gil@usmc.mil. (End of RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M67400/M67400-15-T-0122/listing.html)
- Place of Performance
- Address: Okinawa, Japan
- Record
- SN03794051-W 20150715/150713234412-a6ccfb5efe88f78b09ab1b2ee3d56ef9 (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 |