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
- 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 |