Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

61 -- Uniterruptable Power Supplies

Notice Date
7/18/2008
 
Notice Type
Modification/Amendment
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-08-T-0091
 
Response Due
7/30/2008 3:00:00 PM
 
Archive Date
8/14/2008
 
Point of Contact
Andrew J Sieracki, Phone: 732-323-2418, Maria J Betchen, Phone: (732) 323-4667
 
E-Mail Address
andrew.sieracki@navy.mil, maria.betchen@navy.mil
 
Small Business Set-Aside
N/A
 
Description
(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 solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation number N68335-08-T-0091 is issued as a competitive request for proposal (RFP). (iii) The solicitation and incorporated provisions and clauses are in effect through Federal Acquisition Circular 97-26. (iv) This solicitation is open to all business sizes. NAICS is 335311. (v) The Navy’s requirements are as follows: Quantity five (5) uninterruptible power supplies (UPS) that will provide protection of 12kW each, totaling 60kW in a single industry standard 19-inch rack. Two units will require SNMP. Output power capacity: 12000 VA, 12000 W; maximum backup time: 4.7 minutes with 100% load and 12 minutes at 50% load. SNMP and parallel cord. Battery low condition: announced with alarm at two (2) minutes. Extended battery capacity. Maximum dimensions 80” height x 22” width x 42” depth. Environmental monitoring probe. On-site startup and training. All items shall be preserved, packaged, packed, and marked in accordance with best commercial practices. Delivery shall commence by 30 September 2008 after contract award. FOB Destination. Ship unit to: N68335, NAWCAD LKE HWY 547 BLDG 678, LAKEHURST NJ 08733, Attn: MATT MORGAN, desk: (732) 323-1203, mobile: (732) 501-4802. Inspection and Acceptance at Destination. (viii) FAR 52.212-1 Instructions to Offerors – Commercial Items, is incorporated by reference. Addendum to FAR 52.212-1: All offerors competing for award are required to provide a proposal in two volumes: Volume 1 – Price Proposal, Certifications and Representations, Volume 2 Descriptive Literature. The literature is required to establish, for the purpose of evaluation and award, details of the product the offeror proposes to furnish. Technical acceptability will be based on comparison between the descriptive literature and the specifications stated above. (ix) FAR 52.212-2, Evaluation – Commercial Items is incorporated by reference. Addendum 52.212-2 Para (a): Award will be made to the lowest priced, technically acceptable offeror. Offers will be evaluated on a strict pass/fail basis. FAR 52.212-1 Instructions to Offerors-Commercial Items. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995) with its offer. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items is incorporated by reference. The resulting contract will be firm fixed price (FFP). (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items is incorporated in this contract by reference; the following provisions apply: 52.203-6, Restrictions on Subcontractor Sales to the Government Alternate I; 52.225-1 Buy American Act-Supplies; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer—Other than Central Contractor Registration; 52.222-3 Civic Labor; 52.222-19 Child Labor—Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.225-3 Buy American Act—Fre Trade Agreements—Israeli Trade Act (xiii) Price proposal and descriptive literature are due by 3:00 p.m. EST, 30 July 2008 at the Naval Air Warfare Center Aircraft Division Lakehurst, Attn: Code 25222 AS, Andrew Sieracki, Hwy 547, Bldg. 562-1, Lakehurst, NJ 08733-5082. Offerors must acquaint themselves with the new regulations concerning Commercial Item Acquisition contained at FAR Subpart 12 and must ensure that all Representations and Certifications are executed and returned as required in this synopsis/solicitation. (xiv) Name and telephone number of individual to contact for information regarding the solicitation: Andrew Sieracki, (732) 323-2418, fax (732) 323-2359, e-mail: andrew.sieracki@navy.mil. This Combined Synopsis/Solicitation will be posted on the NAVAIR homepage located at http://www.navair.navy.mil. Select “Business” then “Doing Business With Us” and “Open Solicitations.” Hard copies of this Combined Synopsis/Solicitation and Amendments will NOT be mailed to the contractors. The Government will not accept electronic proposals.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c2315687008ce4de30a1b3db720eba52&tab=core&_cview=1)
 
Record
SN01618149-W 20080720/080718222103-c2315687008ce4de30a1b3db720eba52 (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.