SOLICITATION NOTICE
J -- OPTION - Annual Maintenance Service Plan for Powerware and Battery Systems
- Notice Date
- 2/9/2018
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- 1300 Pennsylvania Ave NW, Washington, DC 20229
- ZIP Code
- 20229
- Solicitation Number
- 20104279
- Response Due
- 2/20/2018
- Archive Date
- 8/19/2018
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- 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. The solicitation number is 20104279 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The associated North American Industrial Classification System (NAICS) code for this procurement is 221122 with a small business size standard of 1,000.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-02-20 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be, null null The DHS Customs and Border Protection (CBP) requires the following items, Meet or Exceed, to the following: Base Period of Performance: 03/01/2018 - 02/28/2019 LI 001: Provide service inspections in May and November on all UPS and Battery systems to include a four (4) hour guaranteed response time, corrective service (as required 7x24 per year covering all electrical parts), labor, travel time, and expenses. Please see Statement of Work and UPS Part Information attachments for further information. Vendors must document in their bid how they will meet the 4-hour guaranteed response time and meet requirements., 12, MO; Option 1 Period of Performance: 03/01/2019 - 02/28/2020 LI 001: Provide service inspections in May and November on all UPS and Battery systems to include a four (4) hour guaranteed response time, corrective service (as required 7x24 per year covering all electrical parts), labor, travel time, and expenses. Please see Statement of Work and UPS Part Information attachments for further information. Vendors must document in their bid how they will meet the 4-hour guaranteed response time and meet requirements., 12, MO; Option 2 Period of Performance: 03/01/2020 - 02/28/2021 LI 001: Provide service inspections in May and November on all UPS and Battery systems to include a four (4) hour guaranteed response time, corrective service (as required 7x24 per year covering all electrical parts), labor, travel time, and expenses. Please see Statement of Work and UPS Part Information attachments for further information. Vendors must document in their bid how they will meet the 4-hour guaranteed response time and meet requirements., 12, MO; Option 3 Period of Performance: 03/01/2021 - 02/28/2022 LI 001: Provide service inspections in May and November on all UPS and Battery systems to include a four (4) hour guaranteed response time, corrective service (as required 7x24 per year covering all electrical parts), labor, travel time, and expenses. Please see Statement of Work and UPS Part Information attachments for further information. Vendors must document in their bid how they will meet the 4-hour guaranteed response time and meet requirements., 12, MO; Option 4 Period of Performance: 03/01/2022 - 02/28/2023 LI 001: Provide service inspections in May and November on all UPS and Battery systems to include a four (4) hour guaranteed response time, corrective service (as required 7x24 per year covering all electrical parts), labor, travel time, and expenses. Please see Statement of Work and UPS Part Information attachments for further information. Vendors must document in their bid how they will meet the 4-hour guaranteed response time and meet requirements., 12, MO; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Customs and Border Protection (CBP) intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection (CBP) is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Unless the Buyer indicates otherwise within a particular line item description, each Seller shall include in its online Bid individual pricing for all required line items in order to be considered for award (i.e., Do not use the “Included in another line item ” function when pricing each line item). If a line item cannot be separately priced, you must notify the buyer through the FedBid ‘Submit a Question ’ feature regarding which line item(s) should be included in which other line item(s) and request reposting. Failure to comply with this term may result in the Bid being determined to be non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. The period of performance begins on March 1, 2018. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Q&A -Please submit all questions by using the 'Submit a Question' button. This buy will then be reposted with Q&A based on the questions that come in (if applicable). All Questions must be submitted by Friday, February 16, 2018 at 1100 AM local Washington, DC so answers can be provided before the close of the solicitation. Award Criteria-An award will be made to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is the Lowest Price Technically Acceptable (LPTA). An offer is technically acceptable if its technical capabilities conform to the Government's Statement of Work or listed specs whichever is applicable to the buy. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. For all buys other than Exact Match Sellers MUST document what they are bidding for evaluation for award. Sellers must include, extended specs and/or manufacturer name and part numbers (if applicable). Failure to do this may be cause for termination. This information is REQUIRED in order for a sellers bid to be deemed 'responsive' and to be considered for award. FAR 52.211-6. In accordance with the IPP clause; ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016), payment requests for all new awards must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https:// www.ipp.gov. Contractor assistance with IPP enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. A site visit to the AMOC facility in Riverside, CA is set for Thursday, February 15, 2018 at 0900/9:00AM local Riverside, CA time for all interested offerors. Offerors are HIGHLY urged and expected to attend this site visit to gain first-hand experience, tour of the facility, and be able to provide an accurate bid. Offerors will have an opportunity to ask questions and receive answers during the site visit. All questions and responses will be posted after the Question and Answer period ends on Friday, February 16, 2018 at 1100 AM. Offerors are required to provide the following information to the Contract Specialist - Caitlin Jenkins (Caitlin.M.Jenkins@cbp.dhs.gov) via email by 1100 AM local Washington DC time on Wednesday, February 14, 2017 if they plan to attend: Attendee Name and Company Name. Vendors will also need a valid driver ™s license, registration, and proof of insurance in order to get a base pass and access AMOC. Provide three (3) most recent completed past performance questionnaires (preferably government contracts but not required). Please have your Contract ™s Point of Contact (POC) submit a completed past performance questionnaire to the Contract Specialist by email at caitlin.m.jenkins@cbp.dhs.gov by Tuesday, February 20, 2018 at 1:00PM/1300 local Washington, DC time). The questionnaire is attached to this buy. If your company does not have past performance please provide that information via email to the Contract Specialist, caitlin.m.jenkins@cbp.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20104279/listing.html)
- Place of Performance
- Address: , null null
- Zip Code: null
- Zip Code: null
- Record
- SN04818457-W 20180211/180209231044-81bd8b4ca76a1bcd86c973b54e92780a (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 |