Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

10 -- UPS (Uniterruptible Power Supply)Service agreement for USAAC, Fort Knox, KY and Indianapolis, IN.

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Fort Knox Contracting Center, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-10-P-0190
 
Response Due
3/22/2010
 
Archive Date
5/21/2010
 
Point of Contact
Daniel Hereford, 502-624-8054
 
E-Mail Address
Fort Knox Contracting Center
(daniel.hereford@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This solicitation is issued using Simplified Acquisition Procedures (SAP) in accordance with Federal Acquisition Regulation (FAR) Parts 12, 13 and 15. In addition, this solicitation incorporates all provisions and clauses in effect through the Federal Acquisition Circular. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. This acquisition is solicited as a 100% small business set-aside and the associated NAICS code is 811219 and the small business size standard is $7.0 million. Standard Industrial Classification (SIC) is J070. This procurement is for a firm fixed price contract. The period of performance is 22 March 2010 to 21 March 2011. The resulting contract will be paid quarterly in arrears. The solicitation number for this request for quotation (RFQ) is W9124D-10-P-0284. US Army Accessions Command (USAAC), Fort Knox, KY and Indianapolis, IN has a requirement for a full service on-site maintenance agreement. Contractor shall furnish all parts, labor, equipment, materials, travel, and transportation to perform all scheduled and unscheduled maintenance in accordance with Johnston Technologies maintenance agreement for battries and equipment. The manintenance agreement or service plan shall include parts, labor, travel expense, 30-minute callback time and onsite 24/7 response within 4 hours of call, factory trained technical support, call management, and replacement components from spare kit. This maintenance does no include the cost of replacement batteries should they need to be repalced. Equipment as follows: CLINS #: descriptions of equipment, serial numbers and locations are as follows: CLIN-0001: Maintenance for EPS6225, QTY:1, SN: 255319-01 CLIN-0002: Maintenance for 3 cabinets of 40 each UPS 12-370FR, QTY: 120, SN: 1255319-02,-03, -04 CLIN-0003: Mainenance for galaxy PW 225kVA, QTY:1, S/N: 50XG07008 CLIN-0004: Maintenance for 2 cabinets of 40 each UPS 12-370FR, QTY: 80, SN: J06-16048,49 CLINS 0001-0004 are located at 3rd Ave, Fort Knox, KY 40121 CLIN-0005: Maintenance for galaxy PW 225kVA, QTY:1, SN: 50XG18004 CLIN-0006: Maintenance for 2 cabinets of 40 each UPS 12-475FR, QTY: 80, SN: J06-16114,15 CLIN-0007: Maintenance for galaxy PW 225kVA, QTY:1, SN: 50XD30008 CLIN-0008: Maintenance for 2 cabinets of 40 each UPS 12-300MR, QTY: 80, SN: J06-12673,74 CLIN-0009: Contracting Manpower Reporting To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, Army Materiel Command (AMC). The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 work days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation (FAR) 33.103. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527 Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command Counsel Room 2-1SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 AMC-level protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access in not available, contact the contracting officer or HQ, AMC to obtain AMC-Level Protest Procedures. (End of Provision) CONTRACTOR MANPOWER REPORTING (CMR): Per Secretary of the Army direction, ensuring contractors report the required CMR data is the responsibility of the government official certifying payment, i.e. government representative. The government representative may be the COR, COTR, or the POC responsible for submission of receiving reports. The government representative and the contractor are both responsible for submission of data to the CMR database. The government representative shall report the basic contract information, inclusive of the following:Contract Number; Delivery Order Number (if applicable); Task Order number (if applicable); Unit Identification Code of the Activity Requiring the Services; Command; Total Obligated Dollars; Total Disbursements; Contact Information; Army Management Structure Code (AMSCO); Department Code; Operating Agency; Basic Symbol (BSYM); Fiscal Year Dollars; Element of Resource; Management Decision Execution Package (MDEP). The contractor shall report only the following data: Contract Number; Delivery Order Number (If applicable); Task Order Number (If applicable); Requiring Activity Unit Identification Code; Command; Contractor Contact Information; Federal Service Code; Direct Labor Hours; Direct Labor Dollars; Location Information. The contractor shall provide to the government representative (and the Contracting Officer if required) written certification (i.e. email or letter) that it has completed the CMR report. CONTRACTOR MANPOWER REPORTING The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all required information using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contractor Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor, if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items. 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.203-13 Contractor Code of Business Ethics and Conduct; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), including 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-43 Fair Labor Standards Act and Service contract Act; 52.222-50 Combat Trafficking in Persons, 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right to know Information; 52.225-13 Restriction on Certain Foreign Purchases; 52.228-5 Insurance Work On A Government Installation; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36 Payment by Third Party; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-3 Continuity Of Services; 52.237-7 Indemnification and Medical Liability Insurance; 52.243-13 Bankruptcy; 52.242-15 Stop- Work Order; 52.242-17 Government Delay Of Work; 52.245-1 Government Property; 52.245-9 Use and Charges; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-54 Employment Eligibility Verification; 52.222-48 Exempt from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. 52.252-2 Clauses Incorporated by Reference. The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.227-7015 Technical Data--Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.247-7024 Notification of Transportation of Supplies by Sea; 252.237-9999 Continuation of Essential Contractor Services. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. These include, but are not limited to, changes in the accounting and appropriation data, payment and issuing office addresses and other corrections that have no effect on the terms and conditions of the contract. WAWF Instructions (local clause available via e-mail request). PROPOSAL INSTRUCTIONS: The contractors proposal should include: (1) Technical proposal to include a description of maintenacnce agreement and relevant experience. For example relevant experience should describe the number of technically qualified technicians available for performing services and indicate the technician qualifications required to perform services for this procurement (i.e. resumes, certificates and/or any other documentation) that completely describes the qualification requirements. (2) Unit price in the proposal, however, technical capability and past performance when combined are significantly more important than price schedule. EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made based on best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: (1) Offerors capability to provide all the required preventive and unscheduled maintenance that meet the Governments needs; (2) Proximity to the Fort Knox, KY and Indianapolis, IN; (3) Relevant experience on contracts of a similar nature (4) Total cost or price. BASIS FOR AWARD: Award will be made to the responsive, responsible offeror representing the best value to the government. Failure to submit an offer on all items will render the offer non-responsive. Offerors shall include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications Commercial Items and 52.222-51, Exemption from Application of the Service Contract Act to Contracts for maintenance, calibration, or repair of equipment. These provisions may be obtained at http://www.arnet.gov/far. All responsible sources may submit a quote via email to daniel.hereford@us.army.mil. Offers are due C.O.B. 22 March 2010 at 11am.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4c847c90a0e1ef4bf7587cf4c31c8cb5)
 
Place of Performance
Address: Fort Knox Contracting Center Directorate of Contracting, Building 1109B Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02093516-W 20100318/100316235145-4c847c90a0e1ef4bf7587cf4c31c8cb5 (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.