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

61 -- UPS System-Brand Name or Equal - Requirement Document

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 Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T0DG1203AG03
 
Archive Date
9/6/2011
 
Point of Contact
Kristina Brannon,
 
E-Mail Address
Kristina.Brannon@eglin.af.mil
(Kristina.Brannon@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Requirement Document for the UPS This is a Brand Name or Equal solicitation. Brand Name = Eaton The Operational Contracting Division, Air Armament Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for three (3) Uninterruptable Power Supplies, brand name or equal. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0DG1203AG03. The North American Industry Classification System (NAICS) code for this acquisition is 335999, with small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This requirement is for: CLIN 0001: THREE (3) EACH, Eaton 9390-160/160kVA UPS System, 480V In /480V Out, English Display and Manual, Software Suite CD, 9390 100-160kVA Install and Operation Manual, Parallel Redundant Energy Saver System, Hot Sync CAN Bridge Card, Connect UPD Web/SNMP Card w/EMP, UPS configured with Energy Saver System (ESS), Brand Name or Equal. Brand Name = Eaton P/N: TD16B2321130010; CLIN 0002: ONE (1) EACH, 9390 Tie Cabinet with three (3) 250 amp MOB Breakers and 800 amp MIS and MBP Bypass Breakers, Solenoid Key Release (2 key) with Kirk Key Locks on MIS and MBP, Brand Name or Equal. Brand Name = Eaton P/N: TP1632211100410; CLIN 0003: THREE (3) EACH, Integrated Battery Cabinet, Battery Runtime: 8 Minute Full Load Runtime, 480 Volt DC, 400 Amp DC Breaker, Brand Name or Equal. Brand Name = Eaton P/N: TL1603B39111100; CLIN 0004: THREE (3) EACH, Eaton 9390 7x24 Start Up Upgrade, Brand Name or Equal. Brand Name = Eaton P/N: W2UP05CXXX-0160. Installation is not part of the requirement. Please see the attached requirement document. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-53 effective 04 Aug 2011: • FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) • FAR 52.204-7, Central Contractor Registration; • FAR 52.212-4 Contract Terms and Conditions - Commercial Items; • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; • 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; • 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.222-36, Affirmative Action for Workers With Disabilities; • 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • 52.225-13, Restrictions on Certain Foreign Purchases; • 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • 52.233-3, Protest After Award; • 52.233-3, Applicable Law for Breach of Contract Claim; • FAR 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; • FAR 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); • DFARS 252.211-7003, Item Identification & Valuation; • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • 252.225-7001- Buy American Act and Balance of Payments Program; • 252.232-7003, Electronic Submission of Payment Requests; • 252.247-7023, Transportation of Supplies by Sea with Alt III; • AFFARS 5352.201-9101, Ombudsman. The quote format is at the discretion of the offeror, but please include quote number, expiration date, FOB point, payment terms, and lead time of the item. If vendor is quoting other than brand name please provide information on how the proposed item is equal to brand name. If your company is capable of providing this item, pricing and product literature must be received NLT 9:00 AM., Central Time on 22 Aug 2011. Anticipated award date is six days after this due date. An award notice will be posted once award has been made. Send all questions and packages via email to kristina.brannon@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0DG1203AG03/listing.html)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02528956-W 20110812/110810235517-51e87b99038ac2d2fed1baea56cbc8e1 (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.