SOLICITATION NOTICE
J -- UPS Maintenance and Services
- Notice Date
- 1/26/2022 5:09:04 PM
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- COMMANDING OFFICER MCBH KANEOHE BAY HI 96863 USA
- ZIP Code
- 96863
- Solicitation Number
- M0031822QUPS1
- Response Due
- 2/1/2022 4:00:00 PM
- Point of Contact
- Sandra Caswell, Phone: 8082576830, Sgt Lucas Elliott, Phone: 8082571341
- E-Mail Address
-
sandra.caswell@usmc.mil, lucas.elliott@usmc.mil
(sandra.caswell@usmc.mil, lucas.elliott@usmc.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A PRESOLICITATION NOTICE ONLY. The S-6 Operations at Marine Corps Base Hawaii (MCBH) has a requirement for technical expertise and skills to perform routine quarterly and annual preventative maintenance checks and services (PMCS), and routine and emergency maintenance and repair services in accordance with the original equipment manufacturer (OEM) recommendations, for two Emerson/Liebert/Vertiv 600 Series Uninterruptible Power Supply (UPS) devices, four Emerson/Liebert/Vertiv PPA Power Distribution Units (PDU), and multiple Vision UNA12-370 batteries housed within four Emerson/Liebert 600T 225 KVA Battery Cabinets.� The contractor will be expected to provide qualified technicians to perform full coverage service to include routine quarterly and annual preventative maintenance, and routine and emergency maintenance and repairs in accordance with the OEM recommendations. Full service coverage will include all parts (excluding batteries), labor, and travel to perform both routine and emergency maintenance and services. Qualified technicians shall demonstrate the ability to perform all hardware, firmware, and software troubleshooting and correction of UPS, PDU and battery cabinets. � Quarterly PMCS will include, but not be limited to: Inspections, measurements, calibrations, and verification checks to be recorded. If, during the performance of preventive maintenance, the contractor identifies system failures, abnormal equipment operations and/or additional repairs needed outside of routine preventive maintenance checks & services, the Contracting Officer Representative will be immediately notified and will determine how to proceed IAW the SOW.� Annual PMCS will include, but not be limited to: Inspections, measurements, calibrations, and verification checks to be recorded. It will further include Infrared Scanning, Engineering Field Change Notices as applicable, and operational testing. If,during the performance of preventive maintenance, the contractor identifies system failures, abnormal equipment operations and/or additional repairs needed outside of routine preventive maintenance checks & services, the Contracting Officer Representative will be immediately notified and will determine how to proceed IAW the SOW.� Emergency Services, Maintenance and Repairs:� The Contractor will provide 4-hour on-site emergency response and will be available 7 days/week, 24 hours/day. Within 48 hours of notification of a system failure, the Contractor will troubleshoot the problem and provide recommendations for corrective action to include price estimates for parts and service costs. All repair actions exceeding $2,500 will include a detailed quote valid for 60 days. The COR will evaluate Contractor estimates and make the final determination of the requirement. All parts and emergency service costs will be billed against the Parts CLIN associated with the current award period of performance in which the work is conducted. The Contractor will not perform any corrective maintenance actions until authorized by the COR. Upon completion of any repair task or parts replacement, the Contractor will perform a complete check of the system and validate it has been returned to normal operation. If, during the performance of preventive maintenance, the contractor identifies system failures, abnormal equipment operations and/or additional repairs needed outside of routine preventive maintenance checks & services, the COR will be immediately notified and will determine how to proceed IAW paragraph 3.1.3 of the PWS. The proposed solicitation will contain provisions for a 12-month base period plus four (4) 12-month option periods, to be exercised at the Government�s discretion. Ifthe Government does not award a follow-on contract in time, the Government mayrequire the Contractor to continue performance for an additional period up to sixmonths under the Option to Extend Services clause. The solicitation is expected be posted on beta.sam on or around 15 February 2022. All off erors are required to register in the System for Award Management (SAM) database in accordance with FAR 52.204-7(b)(1). It will take approximately 12-15 business days after a contractor submits the required information for the SAM account to become active and the contractor to be registered. Contractors are required to be registered in SAM when submitting a quote, and shall continue to be registered until time of award, during performance, and through final payment of any contract. LACK OF REGISTRATION IN THE SAM DATABASE PRIOR TO THE SOLICITATION DUE DATE WILL MAKE THE OFFEROR INELIGIBLE FOR AWARD. The website address for the SAM database is: https://www.sam.gov. Note: Registration in SAM is Free.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1e414d7b89b44bc0b4782cbb2e02e6c1/view)
- Place of Performance
- Address: MCBH Kaneohe Bay, HI 96863, USA
- Zip Code: 96863
- Country: USA
- Zip Code: 96863
- Record
- SN06225047-F 20220128/220126230104 (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 |