Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2010 FBO #3093
SOLICITATION NOTICE

J -- STAO UPS annual maintenance - SOW STAO.UPS

Notice Date
5/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Telecommunications Contracts and Audit Unit/PPMS, 14800 Conference Center Drive, Suite 202, Chantilly, Virginia, 20151
 
ZIP Code
20151
 
Solicitation Number
RFQ-ST000678
 
Point of Contact
Tracie L. Davidson, Phone: 703-814-4722, Melissa Glasco, Phone: 703-814-4834
 
E-Mail Address
tracie.davidson@ic.fbi.gov, melissa.glasco@ic.fbi.gov
(tracie.davidson@ic.fbi.gov, melissa.glasco@ic.fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
Detailed description of UPS system This is a combined synopsis/solicitation for commercial services in accordance with the format in Federal Acquisition Regulation (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 RFQ-ST000678 is issued as a Request for Quotation, under simplified acquisition procedures, test program, unrestricted. The North American Industry Classification System (NAICS) code is 811219 and the small business size standard is 1,500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-40 (dtd 03/23/10). All responsible sources may submit a proposal, which, if timely received, shall be considered by the Government. The proposal shall include the following information to be considered: The contractor shall provide, for the FBI's Science and Technology Branch's Special Technologies Application Office (STAO), Infrastructure and Logistics Unit (ILU) • Twelve months of preventative maintenance for the listed Liebert UPS systems located in Chantilly VA 20151. • Liebert Essential Service or equivalent to include at a minimum: (also see attached) o Emergency Service: Guaranteed 4-hour response 24 hours/day, 7 days/week that include service labor and travel charge. Also provide a 24 hour call center/helpdesk for support of the listed equipment. o Preventative Maintenance Visits scheduled Monday-Friday 8am to 5pm (two visits for UPS units and one for PDU's per year) o Provide labor, travel and parts (up to 10% of the battery string per year; excluding air filters, and proactive full bank capacitor replacement) o Provide battery recycling as required by EPA regulations. o The Government will provide contractor personnel with suitable facilities necessary for installation, testing and maintenance of the listed equipment. o Contractor personnel shall ensure an up to date Visit Request is submitted to the STAO Security Office and remain on file for one year. o See attached document for specific equipment description Vendors are required to provide past performance references for the last three (3) contracts of a similar nature. Bids received without past performance references shall be considered non-responsive. Bidders shall ensure all reference points of contact, i.e., organization, name, and phone number, are accurate. Proposals will be evaluated based on the factors as listed below for a period of performance of one year with award anticipated 07/01/10. Exercise of the awarded contract is contingent upon availability of current fiscal year funds and/or a full appropriation for each new fiscal year. Service to become effective on or about 07/05/10 and the primary place where services shall be performed is at the FBI STAO at 14800 Conference Center Drive, Chantilly, Virginia, 20151. The FBI reserves the right to make multiple awards, at its discretion, as a result of this solicitation. The following FAR clauses apply to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). 52.212-2 Evaluation - Commercial Items (Jan 1999). The Government will award a BPA(s) 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: technical capability, past performance, and price. Technical and past performances, when combined, are more important than price. Vendors are required to submit past performance information, including points of contact, on the last three contracts for similar services. Further, the government intends to award without discussions, but reserves the right to conduct discussions. 52.212-3 Offeror Representations and Certifications - Commercial Items (Aug 2009). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (j) of this provision. 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010). 52.217-9 Option to Extend the Terms of the Contract (Mar 2000). 52.232-33 Mandatory Information for Electronic Funds Transfer Payment (Oct 2003). This form shall be fully completed and must be submitted with proposal. 52.232 19 Availability of Funds for the Next Fiscal Year. (Apr 1984). Funds are not presently available for performance under this contract beyond 9/30/2010. The Governments obligation for performance of this contract beyond that date 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 for performance under this contract beyond 9/30/2010, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. In addition to the listed FAR provisions and clauses, all Offerors must provide a contractor identification code which is currently the Dun and Bradstreet Data Universal Numbering System (DUNS) number. The selected Offeror shall also submit an electronic payment form SF-3881 ACH Vendor/Miscellaneous Payment Enrollment in accordance with the Debt Collection Act of 1996. A copy of this form may be obtained from the U.S. Treasury web site address http://www.ustreas.gov/forms.html. All FAR provisions and clauses may be reviewed and/or obtained from the General Services Administration's Federal Acquisition Regulation web site at Internet address http://www.arnet.gov/far/. Two (2) copies of a signed and dated proposal must be submitted to the FBI, Suite 300, 14800 Conference Center Drive, Chantilly, Virginia 20151, no later than 3:00 PM Eastern Standard Time (EST) 05/26/2010. All proposals must be submitted in hard copy. NO Faxed proposals will be accepted. Information regarding this solicitation may be obtained by contacting Ms. Tracie Davidson at (703) 814-4722 between the hours of 8:00 AM and 3:30 PM EST, Monday through Friday. tracie.davidson@ic.fbi.gov The proposal number RFQ- ST000678 must be listed on the outside of the submission. BIDDER PACKAGES SHALL INCLUDE ALL INFORMATION REQUESTED WITHIN THIS SOLICITATION TO BE CONSIDERED. Primary Point of Contact: Tracie Davidson Contracting Office Address: 14800 Conference Center Drive, Suite 300 Chantilly, Virginia 20151
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS3/RFQ-ST000678/listing.html)
 
Place of Performance
Address: 14800 Conference Center Dr, Chantilly, Virginia, 20151, United States
Zip Code: 20151
 
Record
SN02147513-W 20100514/100512234951-b6b9cfc589b2e744a93b432fe148bf16 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.