Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2007 FBO #1916
SOLICITATION NOTICE

59 -- UPS System W81R8T70230011

Notice Date
2/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
70230011A
 
Response Due
3/6/2007
 
Archive Date
5/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement cons titutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-15 dated 12 Fe b 2007 and Defense Federal Acquisition Regulation Supplement (DFARs), 1998 edition, current to DCN 20070212. It is anticipated that payment will be made by Government Visa Credit Card. This solicitation is issued as a 100% small business set aside. The N orth American Industry Classification System (NAICS) is 335311 with a small business size standard of 750 employees. All quotes shall be for NEW equipment. This solicitation contains one Contract Line Item Number (CLIN) 0001; Quantity - 1; Unit of Issue  Each; Description  Provide and Install UPS System consisting of the following components - (2) two GNB batteries Model 100A21, (1) one *Eltek  TWPCE-48S -48Vdc power plant equipped with (8) eight 50 amp rectifiers model (MODP4850TC-CE TWPP), (1) one * Eltek (PCP)  SSD3.IP system status and control panel (CD-48-22 /X-FA-23 BLK), *Eltek (PCP)  Distribution (22) twenty-two 50 amp, (2) 5 amp, circuit breakers and install kits *Exeltech  (5) kva inverters shelf (MX 2B-*-*-*) and (5) plug in 1 kva modules (MX KP46**), *all materials  cable, lugs, hardware, etc., and *INSTALLATION of equipment to be used of other like systems already in use at YPG. All models must be the exactly the same as existing systems to ensure complete compatibility with other sites. Delivery, acceptance and Fob point is the U.S. Army Yuma Proving Ground in Yuma, AZ 85365. Delivery will be required within 12 weeks after receipt of order (ARO). Arizona vendors are to include the Arizona Transaction Privilege Tax. All offers shall inc lude any applicable freight charges. This solicitation is being issued as a Request for Quotation (RFQ). Offers shall be clearly marked with RFQ referencing number # W81R8T70230011 and emailed to Dale.Neal@yuma.army.mil or sent by facsimile to 928-328-6 849 no later than 6 March 2007 at 11:00 a.m. Mountain Standard Time (MST). In addition, all technical questions concerning this requirement must be emailed to Dale.Neal@yuma.army.mil no later than 1 March 2007 at 11:00 a.m. Mountain Standard Time (MST). O ffers that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provision s are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors Commercial Items (Sept 2006). 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserv es the right to award to other than the low offeror. Paragraph a. of provision 52.212-2 is completed as follows: i) technical capability of the item to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is c onsidered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the Performance Specifications. Past performance will then be eval uated for all offerors whose technical proposal has been determined acceptable. Price will then be evaluated for offerors whose technical proposal, and past performance that have been determined acceptable. Unreasonable prices or a history of poor performa nce can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significa nt. Offerors shall include in their proposal, past performance information on at least two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name an d Address, and 3) Point of Contact (Name) with Phone Number and Email Address. 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) Alternate I (Apr 2002) NOTE: in order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/Vffar1.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. If you are registered in the Online Representatio ns and Certifications Application (ORCA) website at https://orca.bpn.gov/ and have the information posted and current you are only required to submit a signed copy of section (k) of FAR Clause 52.212-3 in place of 52.212-3. FAR 52.212-4 Contract Terms an d Conditions Commercial Items (Feb 2007) and specifically addendum 52 .247-34 FOB Destination (Nov 1991). FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Nov 2006) apply to this acquisition. Spe cific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222 -26 Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), 52.232-36 Payment by Third Party (May 1999). DFARS Clauses 2 52.212-7001 Contract Terms and Conditions Required to Implement Statues of Executives Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2007), specifically 252.225-7036 Buy American ActFree Trade AgreementsBalance of Payments Program (Oc t 2006) with Alternate I (Oct 2006). DFARS provision 252.232-7003 Electronic Submission Payment Requests (May 2006), DFARS provision 252.247-7023 Transportation of Supplies by Sea (May 2002) with Alternate III (May 2002). DFARS Clause 252.225-7035 Buy Amer ican Act---Free Trade Agreements---Balance of Payments Program Certificate (Oct 2006) with Alternate I (Oct 2006). If you plan on participating in this acquisition you are required to provide your name, address, phone number, and email address to DJ Neal v ia email to dale.neal@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Building 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN01236921-W 20070224/070222220844 (fbodaily.com)
 
Source
FedBizOpps 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.