Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

D -- UPS Maintenance

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3QB0144AQ01_UPS
 
Archive Date
9/30/2010
 
Point of Contact
Matthew C. Beatty, Phone: 2088283120, Daniel T. Morphew, Phone: 2088283119
 
E-Mail Address
matthew.beatty@mountainhome.af.mil, daniel.morphew@mountainhome.af.mil
(matthew.beatty@mountainhome.af.mil, daniel.morphew@mountainhome.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) Request for Quote (RFQ) (F3F3QB0144AQ01) is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44 and through Department of Defense Acquisition Regulation Change Notice 20100820. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as Full and Open Competition North American Industrial Classification Standard: 811219; Small Business Size Standard: $7.0 M (v) UPS Maintenance Base Year: CLIN (0001) Item: 1223000 SRS 300 45-70 UDC63065C25RT04 Essential Maintenance of the UPS system that controls the flow of electricity- Qty:1 CLIN (0002) Item: 1223002 SEALED BATTERY U25BP065HRJ1FNS- Essential for 2 Preventive Maintenance to ensure that the batteries currently installed in the UPS are good batteries and won't cause problems- Qty: 1 Option Year One: CLIN (1001) Item: 1223000 SRS 300 45-70 UDC63065C25RT04 Essential Maintenance of the UPS system that controls the flow of electricity- Qty:1 CLIN (1002) Item: 1223002 SEALED BATTERY U25BP065HRJ1FNS- Essential for 2 Preventive Maintenance to ensure that the batteries currently installed in the UPS are good batteries and won't cause problems- Qty: 1 Option Year Two: CLIN (2001) Item: 1223000 SRS 300 45-70 UDC63065C25RT04 Essential Maintenance of the UPS system that controls the flow of electricity- Qty:1 CLIN (2002) Item: 1223002 SEALED BATTERY U25BP065HRJ1FNS- Essential for 2 Preventive Maintenance to ensure that the batteries currently installed in the UPS are good batteries and won't cause problems- Qty: 1 Option Year Three: CLIN (3001) Item: 1223000 SRS 300 45-70 UDC63065C25RT04 Essential Maintenance of the UPS system that controls the flow of electricity- Qty:1 CLIN (3002) Item: 1223002 SEALED BATTERY U25BP065HRJ1FNS- Essential for 2 Preventive Maintenance to ensure that the batteries currently installed in the UPS are good batteries and won't cause problems- Qty: 1 Option Year Four: CLIN (4001) Item: 1223000 SRS 300 45-70 UDC63065C25RT04 Essential Maintenance of the UPS system that controls the flow of electricity- Qty:1 CLIN (4002) Item: 1223002 SEALED BATTERY U25BP065HRJ1FNS- Essential for 2 Preventive Maintenance to ensure that the batteries currently installed in the UPS are good batteries and won't cause problems- Qty: 1 (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.222-3 Convict Labor; 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 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.204-7004 Alternate A; DFARS; DFARS 252.232-7003 Electronic Submission of Payment Requests; and AFFARS 5352.201-9101 Ombudsmen (see below POC) ** Eric Thaxton, 129 Andrews Street,Langley AFB, VA 23665, Email eric.thaxton@langley.af.mil, Phone: (757)764-5372, Fax:(757)764-4400** (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xi) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiii) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xiv) Quotes must be emailed to A1C Matthew Beatty at matthew.beatty@mountainhome.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 01:00 MST, 15 Sept 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3QB0144AQ01_UPS/listing.html)
 
Place of Performance
Address: BLDG 510 Mountain Home AFB, Mountain Home AFB, Idaho, 83647, United States
Zip Code: 83647
 
Record
SN02276405-W 20100912/100910235610-7fd18cad412f706baa7bcb57d5245413 (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.