SOLICITATION NOTICE
61 -- Installation Services for the APC by Schneider Electric Symmetra PX UPS
- Notice Date
- 3/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335912
— Primary Battery Manufacturing
- Contracting Office
- N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024418Q0077
- Response Due
- 3/21/2018
- Archive Date
- 4/30/2018
- Point of Contact
- Angel PinaHardin 619-556-6198
- E-Mail Address
-
Contract Specialist
(angelina.pinahardin@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items - FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-18-Q-0077. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-97 and DFARS Change Notice 20180131. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: https://www.acquisition.gov/browsefar. The NAICS code is 335912 “ Primary Battery Manufacturing and the small business standard is 1,000 employees. This solicitation is unrestricted. The NAVSUP Fleet Logistics Center San Diego requests responses from business concerns capable of providing: APC Symmetra PX UPS and Installation SEE STATEMENT OF WORK NO PARTICAL SHIPMENTS; NEW PRODUCTS ONLY (NO GREY MARKET OR REFURBISHED ITEMS). RESPONSIBILITY AND INSPECTION: APC scheduled Assembly Service consists of installing 4 power module trays (16 power modules) and 4 battery module trays (16 batteries) in the Symmetra PX Frame. Assembly includes installing Seismic anchors to ensure UPS stability during seismic movements. BRAND NAME DESCRIPTION: Brand Name justification attached IAW FAR 6.302-1(c)(1)(ii)(C) The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, 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 [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.232-18 Availability of Funds 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b. “ Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7995 (Dev) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7005 Oral Attestation of Security Responsibilities 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability 252.225-7001 Buy American and Balance Of Payments Program ”Basic (Aug 2016) 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts for Commercial Items FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. (i)TECHNICAL CAPABILITY Seismically anchor APC 40 KW PX UPS to floor or wall to prevent seismic damage. Place and Hang wall mounted Maintenance Bypass Panel (MBP) All wiring to be done to NEC, State, Local codes and manufacturers specifications. Installation of equipment to occur during normal business hours, Monday “ Friday, 7:00am “ 2:00pm. Installation scheduling may not coincide with the declared Promise Ship Date (PSD) of hardware Equipment installed on ground floor or elevated for weight capacity of equipment, and standard dock access. All services performed by Schneider Electric will be governed exclusively by Schneider Electric standard terms and conditions Labor and materials covered by a one-year warranty. All equipment is subject to original manufacturer ™s warranty START-UP of the UPS must be done by an APC by Schneider Electric authorized agent to avoid warranty nullification. Proof of authorized Schneider Electric agent must be submitted at time of proposal. (ii)PRICE Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A świll comply ť statement without accompanying technical specifications of services being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) as delineated in Statement of Work (SOW) will be further evaluated under Factor (ii). The Government intends to evaluate proposals and award a contract without discussions to lowest price offer that is found acceptable in Factor (i) above. However, the Contracting Officer reserves the right to conduct discussions if it is determined to be necessary before contract award. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY. Factor (i), will be assessed by evaluating technical information submitted in response to this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Criteria to use are conformance with ALL requirements delineated in the Statement of Work (SOW). Offers which are determined to be technically unacceptable may be eliminated from further competition. (c) PRICE. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. This combined synopsis/solicitation will close at 3:00 pm PST on 21 March 2018. Submit quote via email to Angel PinaHardin (Angelina.pinahardin@navy.mil) using subject line: RFQ N0024418Q0077 UPS APC by Schneider Electric. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM) - Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024418Q0077/listing.html)
- Record
- SN04844437-W 20180308/180306231340-e8dafe191d4568b4a74722476634c6a7 (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 |