Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2011 FBO #3513
MODIFICATION

Z -- APC Battery Replacement - Attachment A

Notice Date
7/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
11-250-SOL-00104
 
Point of Contact
Kwasi Antwi,
 
E-Mail Address
kantwi@hrsa.gov
(kantwi@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment A (Specifications for APC Symmetra 80 KVa unit) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION DOCUMENT; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is 11-250-SOL-00104. This solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular The North American Industrial Classification System (NAICS) code for this procurement is 811212 with a small business size standard of $25M. This acquisition is a 100% small business set-aside. DESCRIPTION OF REQUIREMENT: The purpose of this procurement is to replace all existing batteries in the Health Resources and Services Administration (HRSA) APC Symmetra 80 KVa unit. The contractor shall provide new APC battery modules only. NOTE: Containers shall not be reused. The requested items shall carry the manufacturer's warranty. DELIVERABLES: Line Item 1: APC Symmetra 80 KVa unit (See Attachment A for specifications) Part Number: SYBT4 Quantity: 32 strings (128 total new batteries) Unit Price: _______________ Total Price: ______________ Line Item 2: The contractor shall remove spent batteries at the Government's facility located at 5600 Fishers Lane, Rockville, MD 20857. Line Item 3: The contractor shall install and test the new batteries at the Government's facility located at 5600 Fishers Lane, Rockville, MD 20857. Line Item 4: The contractor shall dispose of defective batteries at the Government's facility located at 5600 Fishers Lane, Rockville, MD 20857, per EPA guidelines. Total price for Line Items 1, 2, 3, 4: ________________________ The period of performance shall be twelve (12) months from the effective date of contract. AWARD CRITERIA The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible Offeror whose quote provides the best value to the Government. Evaluation of proposals will be based on price quotes only. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor's Registration (CCR) Database; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 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 including subparagraphs: 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments. (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items, Contract dollar amount, and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The terms and conditions of the resultant purchase order will include FAR clause 52.212-4 and FAR clause 52.212-5. All questions regarding this request for quote shall be submitted in writing via e-mail to the Contract Specialist, Kwasi Antwi, at kantwi@hrsa.gov no later than Thursday, July 7, 2011 at 1:00pm EST. NO QUESTIONS WILL BE ACCEPTED AFTER THE DUE DATE. The due date and time for quotations is July 11, 2011 at 4:00 pm EST. Offerors shall submit a price quote based on the Deliverables outlined above to kantwi@hrsa.gov. FAXED QUOTES WILL NOT BE ACCEPTED. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a86fb9eacd96502f33719f3dab57d62c)
 
Place of Performance
Address: 5600 Fishers Lane, Rockville, Maryland, 20857, United States
Zip Code: 20857
 
Record
SN02490831-W 20110708/110706235044-a86fb9eacd96502f33719f3dab57d62c (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.