Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2015 FBO #5027
SOLICITATION NOTICE

70 -- UPS Upgrade - Solicitation

Notice Date
8/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 182 AW/LGC, BASE CONTRACTING OFFICE, 2418 S. MUSTANG ST, BLDG 728, PEORIA, Illinois, 61607-1498
 
ZIP Code
61607-1498
 
Solicitation Number
W91SMC-15-T-0009
 
Archive Date
9/26/2015
 
Point of Contact
Benjamin B. Yeutson, Phone: 3096335707, Melissa J. Grice, Phone: 3096335204
 
E-Mail Address
benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil
(benjamin.b.yeutson.mil@mail.mil, melissa.j.grice.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
W91SMC-15-T-0009 - UPS Solicitation (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. This announcement constitutes the only solicitation, quotations are being requested and written solicitation will not be issued upon written request. (ii) This solicitation is issued under Request for Quotation (RFQ) number W91SMC-15-T-0009 for implementation of a Purchase Order as defined in FAR Part 13.303-1(a). (iii) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular FAC 05-83 dated 03 August 2015. (iv) This acquisition is total small business set-aside. The North American Industry Classification system code (NAICS) 811212 and a size standard of $27,500,000. (v) The purpose of this combined synopsis is for the purchase of a 37-40 KVA Uninterrupted Power Supply (UPS) for the 182nd Airlift Wing, Peoria, IL. Description of the requirements for the items to be acquired: CLIN 0001 - Cargo Bed Cover, Horizontal Door, for M1165 A1 HMMWV. OD Green CARC. Includes four 10' x 10' NATO antenna mount hard points, one 6' x 9' I/O Panel, aluminum mounting collar, rear brackets and rear flip up door. Product will be accompanied by supporting documentation to include 1 hard copy and 1 digital copy on CD of the Instruction, Operation and Maintenance Manual and one digital copy of Commercial Literature. UPS, 37-40 KWA 3 phase UPS, supporting 208 volts input/output or more, includes 19' mountable rack, minimum of 3 hours extended run-time, premium battery with life expectancy of 20 years minimum, status and alert indicator through Sample Network Management Protocol (SNMP), installation shall be included. Qty: 1; CLIN 0002, UPS, 37-40 KWA 3 phase UPS, supporting 208 volts input/output or more, includes 19' mountable rack, minimum of 3 hours extended run-time, premium battery with life expectancy of 20 years minimum, status and alert indicator through Sample Network Management Protocol (SNMP), installation shall be included. Qty 1, CLIN0003 - (Option 1), Obsolete IIP Battery Module Integration - Integration of eighteen 6-cell type 50A07 batteries containing a total of 108 cells to be integrated into use with the new 37-40 KWA 3 phase Uniterrupted Power Supply (UPS), Qty: 1. (vii) Response will include shipping cost to place of performance, if applicable. Place of Performance: 182 Airlift Wing, Peoria, IL. (viii) FAR 52.212-1 Instructions to Offerors, Commercial and Addendum will apply to this solicitation. (ix) The Government will award a firm-fixed priced purchase order resulting from this solicitation, to the responsible offeror whose offer conforming to the solicitation will be deemed the best value to the Government based on FAR 52.212-2 Evaluation - Commercial Items, including the attached addendum. (x) The vendor submittal requirements are as follows: FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items; (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx). (xi) 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by full text and applies to this acquisition.; (xii) FAR 52.212-5, Contract Terms and Conditions - Commercial Items, applies to this acquisition and the additional FAR clauses are cited within and are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Contract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Disbarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222.50, Combating Trafficking of Persons; 52.223-15, Energy Efficiency in Energy Consuming Products, 52.223-18 Encouraging Contractor Policies to Ban Texting While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim (xiii) Additional FAR provisions are cited within the solicitation: FAR 52.204-16, Commercial and Government Entity Code Reporting; 52.204-18, Commercial and Government Entity Code Maintenance; DFARS provision 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.203-7998 (Deviation), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation; 252.204-7011, Alternative Line Item Structure; 252.204-7012; 252.209-7992 (Deviation), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations, 252.225-7000, Buy American - Balance of Payments Program Certificate, 252.232-7031, Secondary Arab Boycott of Israel. The following clauses are incorporated by reference: 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 52.223-5, Pollution Prevention & Right-to-Know Information; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payments to Small Business Contractors; 252.201-7001, Contracting Officer's Representative; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7005, Representation Relation to Compensation of Former DoD Officials; 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation); 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; 252.204-7015, Disclosure of Information to Litigation Support Contractors; 252.223-7001, Hazard Warning Labels; 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; 252.203-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001 Buy American Act - Balance of Payments Program; 252.225-7031, Secondary Arab Boycott of Israel; 252.232-7036, Buy American - Free Trade Agreement - Balance of Payments Program - Basic; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.244-7000, Subcontracts for Commercial Items; 252.247-7023 Alt 3 Transportation of Supplies by Sea (May 2002) Alternate III. The following clauses are incorporated by full text:52.223-3, Hazardous Material Identification and Material Safety Data; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7011, Alternative Line-Item Structure; 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2015 Appropriations (Deviation 2015-OO0005); 252.211-7003, Item Unique Identification & Evaluation; 252.225-7000, Buy American - Balance of Payments Program - Certificate; 252.225-7035, Buy American - Free Trade Agreement - Balance of Payments Program Certificate; 252.232-7006, Wide Area Workflow Payment Instructions. The DPAS is not applicable to this acquisition Sign and date your offer, then submit to the email address listed in this solicitation. All quotes shall reference the RFQ number and shall be submitted in writing by 1:00 P.M. central standard time on 11 September 2015. The anticipated award date is 18 September 2015. For information regarding this solicitation contact MSgt Benjamin B. Yeutson at benjamin.b.yeutson.mil@mail.mil or SMSgt Melissa Grice at melissa.j.grice.mil@mail.mil. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address above. All answers (on a non-attribution basis) will be posted to http://www.fbo.gov. They will be contained in a document titled 'Questions and Answers'. Offerors are requested to submit questions to the email address noted above no later than 12:00 P.M. central standard time on 08 September 2015. Terms of the solicitation and Terms and Conditions remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in the System for Award Management (http://www.sam.gov) and that submit invoices electronically through Wide Area Workflow.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11-2/W91SMC-15-T-0009/listing.html)
 
Place of Performance
Address: 2416 S. Falcon Blvd, Peoria, Illinois, 61607, United States
Zip Code: 61607
 
Record
SN03860416-W 20150829/150828000931-8843db0b91485e92a499992ce2f25b03 (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.