SOLICITATION NOTICE
61 -- Uninterrupted Power Supply and Maintenance
- Notice Date
- 9/9/2021 1:55:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W7M4 USPFO ACTIVITY HI ARNG HONOLULU HI 96816-4495 USA
- ZIP Code
- 96816-4495
- Solicitation Number
- W912J6-21-Q-0032
- Response Due
- 9/17/2021 7:00:00 PM
- Archive Date
- 10/02/2021
- Point of Contact
- Jay Renguul, Phone: 8088446337, Cezar Y. de Veas, Phone: 8088446422, Fax: 8088446340
- E-Mail Address
-
jay.renguul.mil@mail.mil, cezar.y.deveas.mil@mail.mil
(jay.renguul.mil@mail.mil, cezar.y.deveas.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. �The solicitation number is W912J6-21-Q-0032�and this solicitation is issued as request for quotation (RFQ). �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular�FAC 2021-05, effective 10�March��2021.�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 these addresses: �https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. This is a�small business set aside solicitation�and the associated NAICS code is 335999. Description of requirements to be acquired: Supply thirty-six (36) each batteries for MGE UPS System Model Number: 72-160812-22� 80 KVA, Serial Number: B05-12745. Batteries shall be compatible with existing MGE UPS System. Remove thirty-six (36) each existing batteries and dispose of in accordance with federal, state, and local procedures Install thirty-six (36) each batteries Provide one (1) year UPS Preventive Maintenance warranty, including parts and labor, available 24 hours per day, 7 days per weeks with a not to exceed eight (8) hours response time All work, and warranty, shall be performed by authorized and trained service technician.� (see attached Picture of MGE UPS System with Bettery voltage and current) The USPFO HI Purchasing and Contracting Division requests responses from qualified, and responsible, sources capable of providing: CLIN 0001:� Replace and dispose�quantity of 36�each� UPS Batteries. CLIN 0002: 12 Months Maintenance Services for 80 KVA UPS, also local support� CLIN 0003: Exercise Option�12 Months Maintenance Services for 80 KVA UPS, also local support� CLIN 0004: Exercise Option�12 Months Maintenance Services for 80 KVA UPS, also local support� Address: Hawaii National Guard USPFO at 1179 Enterprise Ave, building 117, Kapolei Hawaii 96707-2150 Additional Information. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision 52.212-2, Evaluation -- Commercial Items, will be used, and the specific evaluation criteria included are technical and price. ** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be based on the lowest priced offer meeting solicitation requirements, such as terms and conditions, salient characteristics, and representations and certifications in order to be eligible for award. (x) Offerors must include a completed copy of the provision at 52.212-3�Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. (see attached 889 form) (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (Oct 1995) 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6�� Brand Name or Equal (AUG 1999) 52.219-28, Post Award Small Business Program Representation 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. ����� (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights ����������� (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A�System for Award Management Alternate A (FEB 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic (xv)�The due date for offers is September 17, 2021 time @ 1600 hrs Hawaii Time. (xvi) The individual to contact for information regarding the solicitation is Jay Renguul at jay.renguul.mil@mail.mil��1-808-844-6337
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/410a01032d4e4856b4076fd1da20a71b/view)
- Place of Performance
- Address: HI 96707, USA
- Zip Code: 96707
- Country: USA
- Zip Code: 96707
- Record
- SN06127789-F 20210911/210910201836 (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 |