SOLICITATION NOTICE
59 -- Uninterruptable Power Supply (UPS) Preventative Maintenance Services
- Notice Date
- 9/8/2023 3:36:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811210
—
- Contracting Office
- REGION 9: EMERGENCY PREPAREDNESS AN SAN FRANCISCO CA 94107 USA
- ZIP Code
- 94107
- Solicitation Number
- 70FBR923Q00000041
- Response Due
- 9/22/2023 9:00:00 AM
- Archive Date
- 10/07/2023
- Point of Contact
- Ameka Ali
- E-Mail Address
-
Ameka.Ali@fema.dhs.gov
(Ameka.Ali@fema.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Federal Emergency Management Agency (FEMA) is considering the issuance of a Fixed Price purchase order to procure 100Kw UPS Annual Preventative Maintenance for Galaxy VS UPS (DWG No. GVS10K100FGSAIO)(Serial No. QD2122180387), 480V, 3-Phase, Start-up 5x8. Performance Period (Frequency of Service): One-time annual maintenance; including emergency service repair. The contractor shall complete the work required under this SOW on an annual basis from date of award unless otherwise directed by the Contracting Officer (CO). All scheduling of services shall be mutually agreed upon between the Government and the contractor prior to the start of services. The contractor shall be given 24-hour notice for when an emergency service callout or maintenance is required. All services are expected to be performed during weekdays and during regular business hours. Regular business hours are Monday through Friday, 8am to 4pm. Any work performed outside the regular business hours shall be approved by the CO and coordinated with the on-site point of contact. NO SUBSTITUTIONS: The delivery location is FEMA Region IX located at 1111 Broadway, Suite 1200 Oakland, CA 94607. This solicitation is being issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items, in conjunction with Part 13, Simplified Acquisition Procedures. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2020-07). The NAICS Code and small business size standard for procurement are 811210. This action is a small business set-aside. All vendors shall be registered and have an active unique entity identifier (UEI) in SAM.gov in order to quote. SUBMISSION INSTRUCTIONS: Each Quoter is requested to submit an electronic version of your business price quote. The electronic version shall be submitted to the Contracting Officer Ameka Ali at Ameka.ali@fema.dhs.gov in order to be considered for award. If it is in the best interest of the Government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Submitted Quotes shall list two points of contacts including name, phone number, and email address. Electronic submission of your quote is due no later than 9am PST, Friday, September 22, 2023. QUESTIONS: Questions regarding this solicitation shall be e-mailed to ameka.ali@fema.dhs.gov which are due by 9:00 am PST, Friday, September, 2023, Questions received after this time may not be considered. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): a) Tax Identification Number (TIN) b) SAMs UEI Number c) Contract Name d) Contact Email address e) Contract telephone and fax number f) Complete business mailing address The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as CPARS and FAPIIS to make this determination. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.209-6, 52.209-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b75970dadbc64121b516109b4637bb2f/view)
- Place of Performance
- Address: Oakland, CA 94607, USA
- Zip Code: 94607
- Country: USA
- Zip Code: 94607
- Record
- SN06824509-F 20230910/230908230053 (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 |