Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
SOLICITATION NOTICE

D -- Replacement and Removal of Dynasty Batteries

Notice Date
4/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), Federal Technology Service(10FT), 400 15th Street S.W., Auburn, WA, 98001-6599
 
ZIP Code
98001-6599
 
Solicitation Number
10TQ04LKE0001
 
Response Due
5/18/2004
 
Point of Contact
Jennifer Stewart, Computer Specialist Associate, Phone 253-931-7479, Fax 253-876-7179, - Jennifer Stewart, Computer Specialist Associate, Phone 253-931-7479, Fax 253-876-7179,
 
E-Mail Address
jennifer.stewart@gsa.gov, jennifer.stewart@gsa.gov
 
Description
Posted Date: 4/22/04 Response Due Date May 18, 2004 (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. This announcement constitutes the only REQUEST FOR QUOTATION (RFQ); quotes are requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. (ii) This solicitation is a Request for Quotation, Reference Number 10TQ04LKE0001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2004-04. (iv) This RFQ is issued under Full and Open Competition and is not set aside for small business. NAICS Code 335999 applies. Size Standard 500 employees. (v) Provide a price for CLIN 001 Batteries (248); CLIN 002 Installation of Batteries (248) and CLIN 003 Removal and Disposal of Batteries (248). Quantities are identified in parentheses. This is a Firm Fixed Price Contract. (vi) This requirement is to purchase and install 248 new 6Volt, 200 Ampere Hours, Fire Retardant, Sealed, Lead Acid Batteries and straps, to remove an equal quantity of old batteries and straps and to dispose of old batteries for the General Services Administration (GSA), Northwest Arctic Region (Region 10), Federal Technology Service. The Dynasty UPS6-620 and Interstate UPS6-620 batteries are currently part of UPS systems for the GSA owned Nortel PBXs located in the States of Idaho, Oregon, and Washington. Disposal of old batteries must be handled in accordance with the standards prescribed by the Environmental Protection Agency (EPA), as well as those of the particular State, County and Municipality within which the disposal will occur. There is no on-site storage for the new or old batteries. Shipment of new batteries must occur simultaneous with installation, and old batteries removed from the site as soon as they have been replaced. Contractor shall schedule each installation date and time with the site contact for each site. Contact names and telephone numbers will be provided at time of award. The contractor will deliver to the Contracting Officer a schedule of all the replacement dates and times within 10 calendar days after award. If the installation is performed during the normal business hours of 6:00am – 6:00pm, Monday through Friday, no disruption to the PBX operation shall occur. At some PBX sites, operations must be maintained 24 hours a day, 7 days a week and no disruption of service shall occur. GSA will schedule the PBX Maintenance Contractor, Qwest Federal Services, to be on site during the installation and removal of the batteries at each site. The PBX locations, and number of batteries to be replaced are as follows: 1150 N. Curtis Road, Boise, Idaho, (24 Batteries), 333 SW First Avenue, Portland, Oregon, (32 Batteries), 1111 Third Avenue, Seattle, WA, (16 Batteries), 1200 Sixth Avenue, Seattle, WA, (32) Batteries), 4735 E. Marginal Way, Seattle, WA, (32 Batteries), 2201 Sixth Avenue, Seattle, WA, (32 Batteries), 2725 Montlake, Seattle, WA, (16 Batteries), 7600 Sandpoint Way, Seattle, WA, (32 Batteries; 920 Riverside, Spokane, WA, (32 Batteries). Contact names and telephone numbers will be provided at contract award. The period of performance of this task will be 45 calendar days following contract award. (vii) FAR 52.252-2 applies to this acquisition. Full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. FAR 52.232-1 applies to this acquisition. FAR 52.212-2 shall apply to this acquisition with low price and past performance as evaluation criteria. QUOTATIONS SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications, Commercial Items. FAR 52.212-4 applies to this acquisition. Addenda to FAR 52.212-4 to incorporate FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. FAR 52.212-5 applies to this acquisition –FAR 52.212-5(b): the following additional FAR clauses apply to this acquisition: 52.222-26, 52.222-35, 52.222-36, 52.222-37. GSAM 552.212-71: the following additional GSAM clauses apply to this acquisition: 552.229-70, Federal, State, and Local Taxes (APR 1984): GSAM 552.212-72 clauses apply to this acquisition; 552.223-70, Hazardous Substances (May 1989), 552.223-71, Nonconforming Hazardous Material (Sept 1999). Linda Earley, Contracting Officer, Phone (253) 931-7515, email linda.earley@gsa.gov Contracting Officer Address:General Services Administration, FTS, Acquisition Division, 10TQ, 400 15th Street, SW, Auburn, WA; 98001. Contractors submitting quotes shall be registered in the Central Contractor Registration (CCR) System. Information and instructions are located at http://www.ccr.gov. All proposals must be received by 4:00PM PDT, May 18, 2004 to be considered by the Government. Inquires and proposals will only be accepted electronically by email to Jennifer Stewart at Jennifer.stewart@gsa.gov or by fax to (253) 876-7179. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/GSA/FTS/10FT/10TQ04LKE0001/listing.html)
 
Place of Performance
Address: 400 15th Street SW Auburn WA
Zip Code: 98001
Country: usa
 
Record
SN00599034-F 20040606/040606114940 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.