SOLICITATION NOTICE
J -- Repair of an Uninterrupted Power Supply (UPS) System - Performance Work Statement - Quality Assurance Surveillance Plan - FAR 52.209-11
- Notice Date
- 9/6/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
- ZIP Code
- 35898-5090
- Solicitation Number
- W31P4Q-17-T-0008
- Archive Date
- 10/4/2017
- Point of Contact
- Irsha A. Maske, Phone: 2568421826
- E-Mail Address
-
irsha.a.maske.civ@mail.mil
(irsha.a.maske.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.209-11 QASP PWS Description: 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W31P4Q-17-T-0008 is being issued as a request for quote; however, the US Army Aviation and Missile Command intends to issue a sole source firm fixed price purchase order to Johnston Technologies, 130 Seaboard Lane A-13, Franklin, TN 37067. Authority cited: Statutory Authority permitting other than Full and Open Competition for this requirement is 10 U.S.C. 2304(C) (1), as implemented by paragraphs 6.302-1 of the Federal Acquisition Regulation (FAR) entitled - Only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This requirement is for the repair of an Uninterrupted Power Supply (UPS) System, the contractor shall provide and install the following: -Examination of the existing UPS System; -Determination of which batteries need replacement to include the replacement and disposal of old batteries; -Replacement of capacitors and inverters, where necessary; and -Testing of the UPS System after repair to verify system functionality in the event of a power failure. The anticipated period of performance is three months after award. The following Contract Line Item Numbers (CLINs) will be included in the subsequent award: - CLIN 0001 - Supply CLIN - This CLIN will be issued for the total acquisition of the required equipment and repair services. - CLIN 0002 - Contractor Manpower Reporting (CMR) - See the attached Specification Requirement for the CMR requirements. The place of delivery, acceptance and FOB point is: US Army Research, Development and Engineering Command Weapons Development and Integration Directorate Building 7804 Redstone Arsenal, AL 35898 All items shall include shipping costs FOB Destination to Redstone Arsenal, AL. All quotes shall include delivery dates expressed in days or weeks from award date. Any award resulting from this RFQ will be issued on Standard Form 1449 and will contain all clauses required by law, the Federal Acquisition Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The following FAR provisions/clauses are applicable to this requirement: •52.204-7 - System for Award Management •52.204-10 -Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016 •52.204-16- Commercial and Government Entity Code Reporting (Jul 2016) •52.204-17 - Ownership of Control of Offeror (Jul 2016) •52.204-18- Commercial and Government Entity Code Maintenance (Jul 2016) •52.209-11- Representation by Corporations Regarding Delinquent Tax Liability or Felony Conviction under any Federal Law •52.212-1 - Instructions to Offerors - Commercial Items •52.212-3 - Offeror Representations and Certifications - Commercial Items •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 o 52.209-6-Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Oct 2015) o 52.209-10-Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) o 52.219-28 - Post Award Small Business Program Representation (Jul 2013) o 52.222-3 - Convict Labor (June 2003) o 52.222-17-Nondisplacement of Qualified Workers (May 2014) o 52.222-19 - Child Labor-Cooperation with Authorities and Remedies (Oct 2016) o 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) o 52.222-26 - Equal Opportunity (Sep 2016) o 52.222-36-Equal Opportunity for Workers with Disabilities (Jul 2014) o 52.222-41-Service Contract Labor Standards (May 2014) o 52.222-42- Statement of Equivalent Rates for Federal Hires (May 2014) o 52.222-50-Combating Trafficking in Persons (Mar 2015) o 52.222-55-Minimum Wages Under Executive Order 13706 (Jan 2017) o 52.222-62 Paid Sick Leave Under Execuitve Order 13706 (Jan 2017) o 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving o 52.225-1-Buy American -Supplies (May 2014) o 52.225-13 - Restrictions on Certain Foreign Purchases o 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management o 52.233-3- Protest After Award (Aug 1996) o 52.233-4- Applicable Law for Breach of Contract Claim (Oct 2004) •52.232-40 - Providing Accelerated Payments to Small Business Subcontractor •52.242-15 - Stop-Work Order •52.246-2 - Inspection of Supplies-Fixed Price •52.246-4-Inspection of Services-Fixed Price •52.246-16-Responsibility for Supplies •52.247-34 -F.O.B. Destination •52.252-2-Section Clauses Incorporated by Reference (Feb 1998), where*denotes contract section The following DFARS clauses are applicable to this requirement: •252.203-7000 - Requirements Relating to Compensation of Former DoD Officials •252.203-7005-Representation Relating to Compensation of Former DoD Officials (Nov 2011) •252.204-7008-Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) •252.204-7011 Alternative Line Item Structure (Sep 2011) •252.204-7012 - Safeguarding of Covered Defense Information and Cyber Incident Reporting (Oct 2016) •252.204-7015-Notice of Authorized Disclosure of Information for Litigation Support (May 2016) •252.211-7003 - Item Unique Identification and Valuation (Mar 2016) •252.223-7008-Prohibition of Hexavalent Chromium (Jun2013) •252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports •252.232-7006 - Wide Area Workflow Payment Instructions •252.232-7010-Levies on Contract Payments (Dec 2006) •252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel •252.244-7000-Subcontracts for Commercial Items (Jun 2013) •252.246-7008 - Sources of Electronics Parts (Oct 2016) •252.247-7023- Transportation of Supplies by Sea Other clauses may be included in the award if applicable. As defined in FAR 52.204-7, the successful offeror must be registered in the System for Award Management (SAM) database prior to award. Payment will be made via Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006. Offerers must fill-in the attached provision, DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law, and submit with their quote. Quotes are due no later than 4:00 pm (CST), 19 September 2017 in the contracting office. Electronic quotes are preferred, but fax quotes and mailed quotes will be accepted. Quotes may be submitted to Irsha Maske at Irsha.a.maske.civ@mail.mil via facsimile at 256-313-8628, marked to the attention of Irsha Maske. If mailing responses, please allow at least two additional days for mail distribution on the arsenal, and send to: ACC-RSA, CCAM-RDB ATTN: Irsha Maske (256-842-1826) Building 5400, Room B132 Redstone Arsenal, AL 35898-5250 Oral communications are not acceptable in response to this notice. NO FOREIGN PARTICIPATION IS ALLOWED. All responsible sources may submit an offer which shall be considered by the agency. In the event multiple quotes are received, the quotes will be evaluated on the basis of lowest price, technically acceptable. All quotes should also include a copy of your commercial pricelist or price support along with your CAGE code, Taxpayer Identification Number, and DUNS number. Quotes/offers received after the specified due date and time will not be considered for award. For further information or questions regarding this solicitation, contact Irsha Maske via email at Irsha.maske.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4db8ee17baba5a5f840b429b211882aa)
- Place of Performance
- Address: US Army RDECOM, WDID, Building 7804, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Record
- SN04664674-W 20170908/170906233406-4db8ee17baba5a5f840b429b211882aa (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 |