Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOLICITATION NOTICE

61 -- EATON UNINTERRUPTIBLE POWER SUPPLY - LSJ Batteries

Notice Date
8/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Office of Naval Intelligence, 4251 Suitland Road, Washington, District of Columbia, 20395-5720, United States
 
ZIP Code
20395-5720
 
Solicitation Number
N00015-18-PR-11130
 
Archive Date
8/30/2018
 
Point of Contact
Angela R Brooks, Phone: (301) 669-4645
 
E-Mail Address
angela.brooks@navy.mil
(angela.brooks@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
LSJ Batteries 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 solicitation is for specific brand name items. See attached justification and approval. The solicitation number is N0001518PR11130 and is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 811213 with a small business size standard of 750.00 employees. This requirement is unrestricted and only qualified offerors may submit quotes. The Office of Naval Intelligence requires the following items, Brand Name Only (Exact Match): Item Part Number Qty 80 Installation Eaton Battery, VRLA Sealed (OEM) 9390-40-80 Labor Coverage/Warranty 1 Note: Request that the 24/7/365 Service/Warranty Coverage have a PoP of 12-months with two (2) 12-month options. Performed During Installation: 1. New Batteries. a. Removal and EPA approved disposal of old batteries. b. Installation utilizing proper torque values (where applicable) and verification of new batteries. 2. Visually inspect conditions and appearance of the following: a. Connection terminals inter cell/battery connectors, cables and associated hardware. b. Cell/battery covers, containers, and post seals. c. Battery racks or cabinets and associated components and hardware. d. Cell/battery jar or cover, noting any excessive distortion. 3. Perform cleaning of all accessible surfaces as required. Site POC: George Robyn US Navy 3955 N Harbor Drive San Diego, CA 92101 (619) 524-0336 george.robyn@navy.mil The following FAR clauses in paragraph (b) of FAR clause 52.217-9 Option to extend the term of the contract; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.239-7010, Cloud Computing Services; 252.239-7018, Supply Chain risk; 252.246-7008, Sources of Electronic Parts; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: Price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Submitted Quotes will be valid for 30 days after submission. No multiple awards will be made. Quotes will be evaluated and awarded on an  "all-or-nothing Â" basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a6c3e0aa7cca2b33601577fdc5aee00)
 
Place of Performance
Address: US Navy, 3955 N Harbor Drive, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN05027800-W 20180810/180808231614-9a6c3e0aa7cca2b33601577fdc5aee00 (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.