Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2010 FBO #3002
SOLICITATION NOTICE

66 -- RECOVERY - UNINTERRUPTED POWER SUPPLY

Notice Date
2/10/2010
 
Notice Type
Presolicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0113
 
Response Due
12/17/2009
 
Archive Date
2/10/2011
 
Point of Contact
DANNY TOLIVER CONTRACT SPECIALIST 9162789442 dtoliver@usgs.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY - UNINTERRUPTED POWER SUPPLY The Department of the Interior, U.S. Geological Survey (USGS) has a requirement to remove the current Uninterrupted Power Supply (UPS) and delivery/install a new 40kVA UPS in Hawaii National Park, HI. The vendor will be required to provide maintenance on the UPS from installation date until 30 Sept 2011.The Government anticipates award of a commercial, Firm-Fixed Price type contract. The delivery date is anticipated to be 30 days after award of the purchase order. In accordance with the requirements of FAR 5.207(c)(11), a written request for quotation and any documents related to this acquisition will be issued in accordance with the procedures of FAR Part 13, and will be available on the internet on or about 17 February 2010. The offeror is responsible for monitoring this site for the release of the request for quotation and amendments (if any). A formal request for quotation is not available for release at this time. This requirement is being issued as a total small business set-aside opportunity. The applicable North American Industry Classification System (NAICS) code is 335999 and with associated size standard of 500 employees. Full or partial funding for requirements to be completed by resultant contract award(s) will utilize funds provided by the American Recovery and Reinvestment Act of 2009 (the 'Act'), Public Law 111-5. Inclusion of unique provisions required to implement the Act, including those for significant reporting and transparency requirements by the successful offeror(s), will be required in any resultant contract. All firms must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov, as well as, the Online Representations and Certifications Application (ORCA) to be considered for award. All questions and concerns may be submitted to the Contract Specialist, Danny Toliver, via email at dtoliver@usgs.gov. (ATN: SV0009B)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0113/listing.html)
 
Place of Performance
Address: Hawaii National Park, HI
Zip Code: 967180051
 
Record
SN02062341-W 20100212/100210234606-55ff2c01235930848001dbc063cce0f1 (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.