Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
MODIFICATION

61 -- Uninterrupable Power Supply (UPS)

Notice Date
9/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3619240AG01
 
Archive Date
10/3/2009
 
Point of Contact
Thomas Adams, Phone: 707-424-7743, Brenna K Loseke, Phone: 707-424-7761
 
E-Mail Address
thomas.adams@travis.af.mil, brenna.loseke@travis.af.mil
(thomas.adams@travis.af.mil, brenna.loseke@travis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. The solicitation number is F3Z3619240AG01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 11 Aug 09, Defense DCN 20090825, and AFAC 2009-0803 20090803. The North American Industry Classification System (NAICS) code is 335999. The business size standard is 500 Employees. The Federal Supply Class (FSC) is 6150. The Standard Industrial Classification (SIC) is 3629. Travis AFB intends to award a purchase order for the below item: Uninterruptable Power Supply (UPS) with internal batteries must have a power rating of 30kVA, 27kW. The UPS must provide a minimum of 56 minutes back-up power to the entire dispatch. The UPS will be connected directly to the breaker panel in the dispatch. The UPS cabinet cannot be larger than 66.3'' x 19.4'' x 34.1". The room the UPS will go in is ventilated by a stand alone AC unit. The UPS cabinet must be on rollers/wheels to allow for access to the rear panel. UPS cabinet needs to have front and/or rear access not side access. Please include installation into price. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1: Lowest Price Technically Acceptable. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.232-18 Availability of Funds. FAR 52.233-4 Applicable Law for Breach of Contracts. DFARS 252.204-7003 Control of Government Personnel Work Products. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea, Alternate III. FAR 52.219-28 Post-Award Small Business Program Representation. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation. AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance. AFFARS 5352.201-9101 Ombudsman. ** FAR 52.232-18 Availability of Funds** Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. **Ensure your quote is valid until October 31, 2009 ** ** FAR 52.237-1 Site Visit. **Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. ** A site visit has been scheduled for 16 Sept 09 at 0900. If you would like to attend the site visit please email me at thomas.adams@travis.af.mil or you will not be allowed on base. Please respond by 12 pm on 15 Sept 09. Pick up will be adjacent to the Travis AFB main gate Pass and Registration parking lot at 0845. This is the first parking lot on your right before you enter Travis AFB. You will need to park in the fenced in area. I will be leaving I will be leaving at 0845. You will not be required to obtain a base pass; you all will be transported to the site by van. As a failsafe measure, ensure you bring all required information such as Drivers License, insurance, registration, etc. All questions that you have during the site visit will need to be written down and emailed to me at after the site visit. Therefore, you will need to bring writing utensils. You will be required to write down all questions and answer and hand them to me prior to the conclusion of the site. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to thomas.adams@travis.af.mil or fax to 707-424-5189 NO LATER THAN 16 Sept 09 and the solicitation will CLOSE on 18 Sept 09, 12:00 PM, PST. Point of contact is Thomas Adams, SSgt, Contract Specialist, telephone 707-424-7743. Alternate POC is SSgt Brenna Loseke, Contracting Officer, telephone 707-424-7761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3619240AG01/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01951230-W 20090913/090912001602-94c9724ddc641ec747358b47a31a6e64 (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.