Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

59 -- UPS BATTERY REPLACEMENT - Package #1

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
F1N1D51179A002
 
Archive Date
9/7/2011
 
Point of Contact
Desiree Snow, Phone: 662-434-777, Eric Heaton, Phone: 662-434-7785
 
E-Mail Address
desiree.snow@columbus.af.mil, eric.heaton.2@columbus.af.mil
(desiree.snow@columbus.af.mil, eric.heaton.2@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Template Statement of Need This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The procedures in FAR 13.5 Test Program for certain commercial items will be used. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N1D51179A002. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This requirement is advertised as a 100% Small Business Set-Aside and FAR 52.219-6- Alt 1, Notice of Total Small Business Set- Aside applies. The associated North American Industry Classification System (NAICS) code is 335999, and the small business size standard is 500 employees. This solicitation is for contractor provided removal, replacement, and disposal of existing batteries in nine (9) MGE Galaxy PW Uninterrupted Power Supply (UPS) systems; Battery Model Number- UPS 12-300MR, Quantity 480; Battery Model Number- UPS 12-490MR, Quantity 120; (600 batteries total). Brand name or Manufacturers approved specification equal. Contractors will be required to submit their product information that is composed of catalog cut sheets, brochures, circular, specification and/or product data that is sufficient to verify the proposed products. The Contractor shall ensure that the replacement batteries are installed in accordance with manufacturer's recommendations, requirements, and specifications. Reference attached Statement of Need for a detailed purchase requirement. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. Due to the preventive maintenance agreement in place, acceptance must be accomplished by an MGE/APC certified technician. This technician must run an internal diagnostic check ("personalize the UPS, set/re-set parameters") to ensure batteries are properly installed and functional. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.202-1, definitions; 52.204-4, Printed or Copied Double-Sided on Recycled paper; 52.204-7 Central Contractor Registration; 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, Central Contractor Registration; 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: Specifically, the following clauses cited are applicable to this solicitation: 52.203-6, Restriction on Subcontractor Sales to the Government, with Alt 1; 52.204-10, Reporting Executive Compensation and First-Tier Subcontractor Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarrment;52.209-10, Prohibition on contracting With Inverted Domestic Corporation;52.219-6- Alt 1, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28, Post- Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor-Corporation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: labor category 23181 and rate of WG 8-$17.56. Wage Determination number: 05-2296, Revision 13, dated 6/13/2011 applies ; 52.222-44, Fair Labor Fair Standards Act and Service Contract Act-Price Adjustment; Additionally the clause at FAR 52.224-1, Privacy Act Notification and 52.224-2, Privacy Act; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds-Central Contractor Registration. 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration; 252.211-7003 Item Identification and Evaluation; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 52.203-3 Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003; Electronic Submission of Payment Requests and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain domestic Commodities; 252.243-7002, Request for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. Additionally, DFARS clauses include 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Work Product. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at http://www.ccr.gov.. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Evaluation of offerors will be based on price and technical acceptability. An offeror is technically acceptable if there are no exceptions to the Statement of Need. Award will be made to the offer that represents the best value to the Government. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. Contact Desiree Snow, Contracting Specialist, telephone (662) 434-7777, fax (662) 434-7753 or e-mail: desiree.snow@columbus.af.mil regarding any questions about this solicitation. The alternate contact telephone number is (662) 434-7799.. All offers must be submitted by email or fax to the Contracting Specialist no later than 23 Aug 2011 by 2:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information the Government requires is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N1D51179A002/listing.html)
 
Place of Performance
Address: 14 OG/OGVQ, 166 Liberty Street, Suite 243, Columbus AFB, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02528206-W 20110812/110810234727-bfabe3ff498721ddd05b3f87ea241039 (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.