Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

J -- Uninterruptible Power Supply Maintenance - Attachment C - PWS

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423620 — Electrical and Electronic Appliance, Television, and Radio Set Merchant Wholesalers
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
RFQ-10-0363
 
Archive Date
8/14/2010
 
Point of Contact
Richard Hutchinson, Phone: (202)874-0693
 
E-Mail Address
Richard.Hutchinson@bep.treas.gov
(Richard.Hutchinson@bep.treas.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
EHS Attachment B SOW UPS (Attachment A) Wage Determination (Attachment C) OVERVIEW: 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; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 including amendments effective July 8, 2010. The solicitation document number is RFQ-10-0279. This requirement is under NAICS code 423620. Only qualified Offerors may submit a response. The anticipated contract type is a firm fixed price service contract for preventive maintenance and emergency services. II. REQUIREMENT: The BEP requires a Contractor to provide preventive maintenance services and emergency services in support of its Uninterruptible Power Supply units located at its Washington DC facility. (Refer to Attachment A for further details) III. RESPONSE INFORMATION: Offerors shall provide the following information in response to this solicitation. 1. PRICING: Proposed Pricing shall be provided as follows; a. A firm-fixed price to perform the preventive maintenance services on the UPS units. The proposed fixed price shall correspond to the Offeror's proposed technical approach. b. Proposed labor categories and hourly rates, including hourly rates for both normal and non-business hours for responding to emergency service requests and c. A firm-fixed price for responding to, assessing the situation (e.g. inspecting the equipment), diagnosing the issue, and providing a quote in response to emergency repair requests - refereed in Attachment A Section IV. as Response Fee. 2. TECHNICAL APPROACH: Offerors are encouraged to propose solutions that will reduce costs, reduce time and effort, specifically given the limited time available for equipment to be completely shutdown (e.g. BEP Y.E.S. period, long weekends). Offerors' proposed technical approach shall clearly describe and discuss the resources, services, methods, programs, etc to be used in performing both preventive maintenance and emergency services. 3. PAST PERFORMANCE INFORMATION: All Offerors are required to provide a list of at least three (3) contracts completed during the past three (3) years for which the Offeror has performed relevant work similar in extent, scope and complexity to BEP's requirement. Failure to furnish a full and complete offer as instructed above may result in the Offeror's response being considered unacceptable, therefore eliminated from further consideration and award. IV. SITE VISIT: A site visit will be held on the following date and time at the following location: Date: July 22, 2010 Time: 10:00 A.M. Eastern Standard Time Location: Bureau of Engraving and Printing Eastern Currency Facility 14th & C Streets, S.W. Washington, DC 20228 Offerors wanting to attend the site shall submit a written request including the names, title and contact information of the individuals who are to attend to the Contract Specialist listed herein. Site Visit requests are to be submitted no later than 9:00 A.M. Eastern Standard Time July 19, 2010. Offerors are limited to two (2) attendees. During the site visit, attendees will be accompanied by Government personnel and given a tour of the site where services are to be performed. The Government will provide some general explanations concerning the work. However, no questions will be answered during the site visit. Therefore, it is recommended that individuals attending the site visit bring writing materials in order to write down questions they may have in order to submit them later to the Contract Specialist listed in herein. Individuals attending the site visit shall bring at least one (1) piece of photo identification and arrive at least thirty (30) minutes prior to the site visit start time in order to clear security. The Government will not be obligated to pay for any expenses incurred by the Offeror in connection with attending the site visit or any other aspect of responding to this RFQ. V. QUESTIONS DEADLINE: All questions are to be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 2:00 P.M. EST July 23, 2010. VI. RESPONSE DUE DATE: Responses to this solicitation shall be submitted either electronically or via facsimile to the attention of the Contract Specialist listed herein no later than 9:00 A.M. EST July 30, 2010. VII. POINT OF CONTACT: The primary point of contact for this solicitation is Richard Hutchinson, Contract Specialist who can be reached via telephone at 202-874-0693, via e-mail at Richard.Hutchinson@bep.gov or via fax at (202)-874-2200. VIII. EVALUATION & AWARD: 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 non-price factors considered. Offerors will be evaluated on the following non-price factors; technical approach and past performance. The non-priced factors, when combined, are more important when compared to price. However, the strength of the Government's preference for such non-price factors depends on the marginal cost of obtaining higher technical merit. The BEP reserves the right to award to other than the lowest offer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/RFQ-10-0363/listing.html)
 
Place of Performance
Address: 14th C st S.W., Washington, District of Columbia, 20228, United States
Zip Code: 20228
 
Record
SN02205364-W 20100716/100714234822-21f271d9bd36ef1e9cae5aeb9f7550d6 (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.