SOLICITATION NOTICE
61 -- APC UPS Revitilization
- Notice Date
- 9/11/2023 11:28:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- W7M7 USPFO ACTIVITY IN ARNG INDIANAPOLIS IN 46241-4839 USA
- ZIP Code
- 46241-4839
- Solicitation Number
- W912L9-23-Q-0022
- Response Due
- 9/18/2023 1:00:00 PM
- Archive Date
- 10/03/2023
- Point of Contact
- Brian Williams, Phone: 317247330074424
- E-Mail Address
-
brian.p.williams52.civ@army.mil
(brian.p.williams52.civ@army.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. 1. The Indiana Army National Guard is soliciting W912L9-23-Q-0022 as an RFQ.� 2. This Firm Fixed Price (FFP), brand name or equal, procurement is a 100% Small Business set-aside in accordance with (IAW) the Federal Acquisition Regulation (FAR) Part 19.502-2 (b). 3. Request purchase and installation of an APC revitalization package for the J6 Network Operations Center (NOC) server room APC climate control and APC uninterrupted power supply (UPS) systems.The existing components have surpassed end-of-life and require replacement. 4. Vendor shall install (5) new battery strings (20 total cartridges) in accordance with OEM specifications. Vendor will remove and recycle old batteries. 5. Vender shall perform full power revitalization of APC system model SY50K100F, SN: PD1330350057 to include provision and installation of (5) 10kW PX2 Power Modules, Static Bypass Switch, Power Display, Network Management Cards, Switchgear Board, Battery Monitor Board, System PSA with (1) Full Year of the Advantage ULTRA service program.�� 6. Vendor shall provide (1) year service warranty on all newly installed components. 7. INNG J6 can receive shipment of all materials at the USPFO warehouse on Stout Field. J6 requires that vendor installs the equipment in the NOC Server Room and removes the old batteries and equipment for recycling in accordance with state, local, and federal standards. 8. Any non brand name components (see above system model number) must be fully compatible with the model listed above.� 9. Quotes shall include the following: Company Name Street Address City, State, and Zip Remittance Address DUNS number CAGE Code UEI Tax ID Discount Terms A technical description in sufficient detail to evaluate similarity with the specifications associated with the Name Brand/Model Number listed above. Clauses 52.204-24 and 52.204-26 must be reviewed and checked accordingly.� 10. The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will represent the BEST VALUE to the Government. See attached Evaluation Sheet.� 11. Questions regarding this RFQ should be directed to Brian Williams at brian.p.williams52.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e7fafef9ad7403c8bf2dd2dce58614e/view)
- Place of Performance
- Address: Indianapolis, IN 46214, USA
- Zip Code: 46214
- Country: USA
- Zip Code: 46214
- Record
- SN06826560-F 20230913/230911230105 (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 |