Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2020 SAM #6866
SOLICITATION NOTICE

61 -- Batteries for Uninterruptable Power Supply (UPS) units to the National Weather Service Western Region

Notice Date
9/14/2020 3:10:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
DEPT OF COMMERCE NOAA KANSAS CITY MO 64106 USA
 
ZIP Code
64106
 
Solicitation Number
1333MH20QNWWT0026
 
Response Due
9/18/2020 8:00:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
Jen Brown, Phone: 8015245125239
 
E-Mail Address
jen.brown@noaa.gov
(jen.brown@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
COMBINED SYNOPSIS/SOLICITATION Batteries for Uninterruptable Power Supply (UPS) units to the National Weather Service Western Region The following information is provided in accordance with FAR 5.207(a)(16) and 5.207(c): A National Stock Number is not assigned to this requirement. This requirement is for a total quantity of 370 batteries for use in existing UPS units. There is not a qualification requirement for this product.� The batteries shall be same or similar to C&D Technologies UPS12-300MR and UPS12-150MR. The batteries shall have a similar fit, form, and function to the aforementioned C&D battery models. There is no specified predominant material for this requirement. The requirement is for a total quantity of 370 batteries � 160 of these are equal to the UPS12-300MR model, and 210 are equal to the UPS12-150MR model. The batteries will be delivered to multiple addresses. There are no option periods or quantities. � The unit of issue is EA (Each). The specific delivery addresses are provided by line item in the attached SF-1449. The batteries shall be delivered within 90 days after receipt of order (ARO). The duration of the contract period is 90 days. This requirement does not include sustainable acquisition requirements. The procedures to be used in awarding the contract is through a request for quotations via this combined synopsis/solicitation. The anticipated award date is September 18, 2020. This is not an Architect-Engineer requirement. This requirement does not include Trade Agreement clauses. This requirement is not non-competitive. All responsible sources may submit a quotation, which shall be considered by the agency. This solicitation will be synopsized and available through the Government Point of Entry, Contract Opportunities, at beta.sam.gov. All information necessary to respond to this solicitation electronically is contained herein. Technical data required to respond to the solicitation is contained herein.� The following information is provided in accordance with FAR 12.603(c)(2) (i) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation number is 1333MH20QNWWT0026 and is issued as a request for quotation (RFQ). �A firm-fixed price contract is anticipated to result from this RFQ.� (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, August 31, 2020. (iv) This solicitation is being issued as a total small business set-aside. �The associated NAICS code is 335911. �The small business size standard is 1,250 employees. � �(v) The line item numbers, items, quantities, and units of measure, including options, are as follows (Please carefully note the different quantities per line item): Line Item: 0001�� � Item Description: Battery, same or similar to C&D Technologies UPS12-300MR� � �Quantity: 32� � Unit of Measure: EA Line Item:�0002�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-300MR� � �Quantity: 32� � Unit of Measure: EA Line Item:�0003�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-300MR� � �Quantity: 32� � Unit of Measure: EA Line Item:�0004�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-300MR� � �Quantity: 32� � Unit of Measure: EA Line Item:�0005�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-300MR� � �Quantity: 32� � Unit of Measure: EA Line Item:�0006�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-150MR� � �Quantity: 42� � Unit of Measure: EA Line Item:�0007�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-150MR� � �Quantity: 42� � Unit of Measure: EA Line Item:�0008�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-150MR� � �Quantity: 42� � Unit of Measure: EA Line Item:�0009�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-150MR� � �Quantity: 42� � Unit of Measure: EA Line Item:�0010�� ��Item Description: Battery, same or similar to C&D Technologies UPS12-150MR� � �Quantity: 42� � Unit of Measure: EA (vi) A description of requirements for the items to be acquired is provided in the attached Statement of Work.� (vii) Dates and places of delivery and acceptance and FOB point:� ����������� Date of delivery is within 90 days ARO. FOB point is as specified by the quote. Place of delivery is as follows, by line item: � Line Item: 0001�� �National Weather Service, 49 Hughes Avenue, Camp Navajo, Bellemont, AZ 85015 Line Item:�0002�� ��National Weather Service, 92 Airport Road, Glasgow, MT 59230 Line Item:�0003�� ��National Weather Service, 5324 Tri-Hills Frontage Road, Great Falls, MT 59404 Line Item:�0004�� ��National Weather Service, 7851 Dean Martin Drive, Las Vegas, NV 89139 Line Item:�0005�� ��National Weather Service, 2350 Raggio Parkway, Reno, NV 89512 Line Item:�0006�� ��National Weather Service, 520 N Elevar Street, Oxnard, CA 93030 Line Item:�0007�� ��National Weather Service, 520 N Elevar Street, Oxnard, CA 93030 Line Item:�0008�� ��National Weather Service, 245 Jimmy Doolittle Road, Salt Lake City, UT 84116 Line Item:�0009�� ��National Weather Service, 245 Jimmy Doolittle Road, Salt Lake City, UT 84116 Line Item:�0010�� ��National Weather Service, 245 Jimmy Doolittle Road, Salt Lake City, UT 84116 (viii) �FAR 52.212-1, Instructions to Offerors -- Commercial Items (MAR 2020), applies to this acquisition. This is a Best Value acquisition and requires technical specifications to be provided, along with warranty information and delivery lead times. Quotes may be submitted on the provided SF-1449 pricing sheet, if preferred, but is not required. Quotes submitted on other than the SF-1449 must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes must include business contact information (business name, phone number and email address) and pricing for all separately-priced line items in order to be considered responsive.� (ix) FAR 52.212-2, Evaluation�Commercial Items (OCT 2014), applies. The specific evaluation criteria to be used in paragraph (a) are, in order of importance: compliance with solicitation requirements, technical capability, price, warranty, and delivery lead time. Factors other than price, when combined, are approximately equal to price alone.� (x) FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (AUG 2020)(DEVIATION 2020-11)(AUG 2020), must be completed and included with the quote. (xi) FAR 52.212-4, Contract Terms and Conditions�Commercial Items (OCT 2018)(DEVIATION 2017-02)(AUG 2017), applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (AUG 2020)(DEVIATION 2020-11)(AUG 2020)(DEVIATION 2020-05)(APR 2020)(DEVIATION 2017-05)(SEPT 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Jun 2020). (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note) 52.219-6, Notice of Total Small Business Set-Aside (Mar 2020) (15 U.S.C. 644) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) (15 U.S.C. 632(a)(2)) 52.219-33, Nonmanufacturer Rule (Mar 2020) (15 U.S.C. 637(a)(17)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr�2015) 52.222-26, Equal Opportunity (Sept�2016) (E.O.�11246) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.225-1, Buy American�Supplies (May�2014) (41�U.S.C.�chapter 83) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (31 U.S.C. 3903 and 10 U.S.C. 2307). (Deviation 2020-05) (April 2020) (xiii) Additional contract requirements and terms and conditions that apply to this acquisition are provided in the attached Clauses and Provisions. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) Quotes are due to the contracting office no later than 9:00 A.M. Mountain Time on Friday, September 18, 2020. �All quotes must be emailed to the attention of Jen Brown, email address is jen.brown@noaa.gov.� Due to current mandatory telework requirements for Department of Commerce employees during the pandemic response, a fax machine is not readily available to receive quotes. If you need to send your quote by fax rather than by email, please contact Jen Brown at 801-524-5125 x239 in advance to make fax arrangements.� (xvi) For information regarding this solicitation, contact Jen Brown, E-mail address: jen.brown@noaa.gov, Phone: 801-524-5125 x239.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afcf4a86f7484219a4408142243c8108/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05796816-F 20200916/200914230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.