Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2017 FBO #5522
MODIFICATION

70 -- APC Smart UPS - Solicitation 1

Notice Date
1/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of the Navy, United States Marine Corps, MCCS Quantico, Marine Corps Community Services, 2112 Bauer Road, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M30705-17-SU-00014
 
Point of Contact
Teri L. Bischof,
 
E-Mail Address
teri.bischof@usmc.mil
(teri.bischof@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
UPSs. 3 January 2017 From: Teri Bischof, Contracting Specialist, Regional Contracting Office Northeast, National Capital Region Subject: Combined Synopsis/Solicitation for Purchase of Eleven APC Smart-UPS 1500VA LCD UPS (00014) Date: 3 January 2017 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 will not be issued. This Request for Quotation (RFQ) for a commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 13, as supplemented with additional information included in this notice. Prospective awardees must be registered in System for Award Management (SAMs) prior to invoicing. Information on registering in SAMs may be obtained (866) 606-8220 or via the internet at https://www.sam.gov. The provisions FAR 52.212-1 Instruction to Offerors - Commercial Items and FAR 52.212-3 Offeror Representations and Certifications- Commercial Items apply to this acquisition. The clause FAR 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items apply to this acquisition. The contractor shall comply with all Federal, State, and Local regulations This Request for Quote (RFQ) document and all incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92, published 19 December 2016. This acquisition is set-aside 100% small business concern under recommended NAICS code(s): 334111, 3341122, 334118. RFQ for Quotation on the following items: CLIN Item Description Delivery (est) Unit Qty Amount Total 0001 Refer to below material listing 1 February 2017 ea 11 $ $ Please provide FOB Destination pricing and a delivery schedule (with your offer) for the following address: Delivery Address: United States Marine Corps Attn: Keith Wischman Building 3300, Room 127 Russell Road Quantico, VA 22134 The closing date and time for quote submission is: 11 January 2017, 10:00am, EST. Offers received after this date and time will be considered non-responsive and will not be given further consideration. Please provide all submissions to Government Point of Contact: Teri Bischof, teri.bischof@usmc.mil. All contractors must comply with the requirement listed above for this request. Failure to comply may result in disqualification. This will be a Firm Fixed Price (FFP) contract. This acquisition will utilize Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR 15.101-2. Technical tradeoff will not be made and no additional credit will be given for exceeding acceptability. Award will be made to the acceptable offeror with the lowest evaluated price, which is deemed responsible in accordance with the Federal Acquisition Regulation and whose quote conforms to the solicitation requirements. The solicitation requirements include all stated terms, conditions, representation and certifications, and other information required by this solicitation. The Government reserves the right to award without discussions. Therefore, each initial offer should contain the offeror's best terms from a price and technical standpoint. The Government may reject any quote that is evaluated to be unrealistic in terms of requirements, contract terms and conditions, or an unrealistically high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risk of the deliverables. Only those quotes determined to be technically acceptable will be considered for award. Then, price will be evaluated and the quotes will be listed from lowest to highest price based on the total evaluated price and technical acceptability. Award will be made to the lowest evaluated priced quote meeting the acceptability standards. TECHNICAL EVALUATION STANDARD: The contractor shall address the following two factors: Factor 1 - Technical Capability - Offeror shall clearly demonstrate its approach to technical ability to meet the requirements of CLIN/Line Items based on meeting the requirements of the RFQ, quantity, quality and timeliness of delivery. Factor 2 - Price - The offeror shall complete CLIN pricing on this solicitation. In addition to the completed CLIN, the offeror shall provide sufficient price information to allow the contracting officer to determine the completeness and reasonableness of the offerors prices. AWARD DECISION: The award decisions will be made as follows: •(1) Step One - Determine Technical Acceptability. The technical evaluation, Factor 1, stated above, will assess the offerors capability to satisfy the Government's requirement. The Technical Capability factor will receive a rating of acceptable and unacceptable. If any factor is rated unacceptable, the entire quote is rendered technically unacceptable, and the quote will be removed from the competitive range. Only quotes deemed technically acceptable will be considered for award. The ratings are defined in the following table. Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Only those quotes determined acceptable will be considered for award. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Quotes with an unacceptable rating will not be considered for award. Table A-1 •(2) Step Two - Evaluate Price. The offeror's Price quote will be evaluated, for award purposes, based upon the total price proposed as annotated under Factor 2 - Price. •(3) Step Three - Award Decision. Award will be made the lowest priced, technically acceptable offeror, subject to a positive responsibility determination in accordance with FAR Part 9 and conformance of the offeror's quote to the terms and conditions of the solicitation. DISCLAIMER: This is a request for the submission of a quote and does not constitute a contract or authorization to begin work. Nor does an offeror's submission of a quote constitute a contract or authorize the individual or company to being work. Th e Contracting Officer is the only person who can legally modify a resulting contract or obligate the Government for expenditure of funds. Costs shall be incurred by recipients of the solicitation in anticipation of receiving direct reimbursement from the Government. Only the Contracting Officer has the authority to authorize deviations from the terms and conditions of any resulting contract, including deviations from specifications and requirements. In the event the Contractor does deviate, without written approval of the Contracting Officer, such deviations shall be at the risk of, and any cost related thereto shall be borne by the Contractor. Any matter concerning a change to the scope, prices, costs, terms or conditions of this contract shall be referred to the Contracting Officer. Please Provide the Following : 1. Tax Identification Number: _____________________ 2. Company Registered in WAWF-RA (Wide Area Workflow):_______________ If Not, Will Your Company Register? ________________ 3. Company Registered In System for Award Management (SAM):_______________ If Yes, What Is Your DUNS# and/or Cage Code: _______________ If No, Will You Register: ________________ 4. Company Considered Small or a Large Business. ____________________ 5. Delivery Time of Requested Items: ____________. Please show earliest delivery date possible. 6. FOB Cost If Applicable:_______________ A. NOTE: Is Freight (Fob) Included In Price? If Not, Please Indicate Price and Where It's Being Originated From: _______________ Discount Terms: ___________ Company Name and Address: ______________________________________________________________________________ Company Point of Contact: _______________________________________________________ Company Telephone: __________________ Company Facsimile: ___________________ The following FAR clauses and provisions apply to this acquisition and can be viewed at http://www.acquisition.gov/far : 52.204-13 SAM MAINTENANCE 52.212-1 Instructions to Offerors 52.212-3 Offeror Representations and Certifications - Commercial Items (Complete and return with offer unless registered electronically in SAM at http://www.sam.gov/.) 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (The following numbered items apply: (14), (25), (26), (27), (28), (39), (43), and (49). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7003 Item Unique Identification and Valuation 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea U3 DD 250 Receiving Report Submission Through Wide Area Workflow - Receipt and Acceptance (WAWF-RA). ** Special Invoicing Instructions: Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) ** WAWF-RA is the only method authorized by the United States Marine Corps to electronically process payment requests. Compliance with WAWF-RA is mandatory. Include in each offer a statement acknowledging that you are WAWF-RA compliant. In order to get registered with WAWF-RA, visit https://wawf.eb.mil/. In order to WAWF-RA you must designate an Electronic Business Point of Contact (EB-POC) to serve as the group administrator within you company. MATERIALS LISTING CLIN Item Description Qty Price Totals 0001 APC Smart-UPS 1500VA 120V UPS System. Technical specifications: Output power capacity 1.0 Kwatts/1.44kVA, Max Configuration Power (watts) 1.0 Kwatts/1.44kVA, Normal Output Voltage 120V, Output Voltage Distortion less than 5%, Output frequency (sync to mains) 50/60Hz+/-3Hz, Topology Line interactive, waveform type sine wave, output connections (8) NEMA 5-15R (battery backup). 11 $ $ 0002 Shipping
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b495a7fc8434fe396b2e77e22e1ce270)
 
Place of Performance
Address: Quantico Virginia, Prince William, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04362051-W 20170105/170103234259-b495a7fc8434fe396b2e77e22e1ce270 (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.