Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2011 FBO #3584
SOLICITATION NOTICE

61 -- UPS Deployment and Installation - Statement of Work

Notice Date
9/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street, Building 50, Scott AFB, Illinois, 62225-5037, United States
 
ZIP Code
62225-5037
 
Solicitation Number
F3S3161181AC01
 
Archive Date
10/7/2011
 
Point of Contact
Laura K. Pecora, Phone: 6182569251, Marcia Wuebbels, Phone: 618-256-9308
 
E-Mail Address
laura.pecora@scott.af.mil, marcia.wuebbels@us.af.mil
(laura.pecora@scott.af.mil, marcia.wuebbels@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for UPS deployment and installation. The 375th Contracting Squadron at Scott AFB IL is contemplating an award for the purchase of UPS and installation located at various buildings at Scott AFB, IL. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. (ii) The solicitation reference number is F3S3161181AC01, it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-52 effective 04 Aug 11, and the Defense Federal Acquisition Regulation Supplement DPN 20110819 Edition. (iv) This acquisition is 100% Small Business Set Aside under North American Industry Classification System (NAICS) code 335999. The small business size standard is 500 employees. (v) Contract Line Item Number(s) (CLINS) ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1000AV UPS 49 EA 1000VA UPS with specifications as defined in technical acceptability and the Statement of Work (SOW). Mnf: MinuteMan PN: ED1000RM2U or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1500VA UPS 71 EA 1500VA UPS with specifications as defined in technical acceptability and the Statement of Work (SOW). Mnf: MinuteMan PN: ED1500RM2U or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 2000VA UPS 41 EA 2000VA UPS with specifications as defined in technical acceptability and the Statement of Work (SOW). Mnf: MinuteMan PN: ED2000RM2U or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 3000VA UPS 34 EA 3000VA UPS with specifications as defined in technical acceptability and the Statement of Work (SOW). Mnf: MinuteMan PN: ED3000RM2U or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 Extended Battery Pack 18 EA Extended Battery Packs for 1000VA UPS. Mnf: MinuteMan PN: EDBP24XL or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0006 Extended Battery Pack 13 EA Extended Battery Packs for 1000VA UPS. Mnf: MinuteMan PN: EDBP24EXL or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0007 Extended Battery Pack 21 Each Extended Battery Packs for 1500VA and 2000VA UPS. Mnf: MinuteMan PN: EDBP48XL or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0008 Extended Battery Pack 94 Each Extended Battery Packs for 1500VA and 2000VA UPS. Mnf: MinuteMan PN: EDBP48EXL or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0009 Extended Battery Pack 56 Each Extended Battery Packs for 3000VA UPS. Mnf: MinuteMan PN: EDBP72EXL or equal. Please reference the SOW for exact locations. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0010 SNMP Card 230 EA SNMP Card with v3 and SSL security. Mnf: MinuteMan PN: SNMP-SSL or equal. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0011 Wall Bracket 50 EA Wall Bracket for 1000VA, 1500VA, 2000VA and 3000VA UPS. Mnf: MinuteMan PN: E-BRKT-WALL or equal. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0012 Wall Bracket for UPS and Battery Pack 25 EA Wall Bracket for UPS and one Battery Pack. Mnf: MinuteMan PN: E-BRKT-WALL-x2 or equal. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0013 Installation Services 1 LO Furnish all labor, transportation, materials, and equipment to install UPS, wall brackets, and new power circuits. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0014 Warranty 1 LO The customer is requesting a warranty of one (1) year on all work performed and equipment provided. If the equipment provided has a warranty extending past the one (1) year minimum, the government is requesting documentation to support the extended warranty. NET AMT ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0015 Design Services 1 LO Any costs for design services requested after award as identified in the SOW Paragraph 4; Deliverables. NET AMT TOTAL FOR ALL ITEM NOS. COMBINED: 0001-0015 ________________________ PROVIDE PRICING ON EACH OF THE ITEM NOS. WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: The contractor shall furnish all labor, transportation, materials and equipment to furnish and install various UPS systems IAW with the attached SOW. The SOW has been uploaded in FedBizOpps. (vii) The Government desires FOB Destination, Scott AFB, IL. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. CCR Expiration_____________________________________________ 6. Payment Terms (net 30) or Discount _____________________________________ 7. Period of Performance (Line Item 0013-0015)________________________________ 8. Delivery (Line Items 0001-0012) _____________________________________________ 9. Business Type (i.e. small, women-owned, etc.)______________________________ 10. Point of Contact & Phone Number________________________________________ 11. Fax Number _____________________________________ 12. Email address___________________________________________________ 13. FOB (destination or origin) _______________________________________ 14. GSA number, if applicable to this requirement ___________________________ (ix) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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 factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items and services offered to meet the Government's requirement (ii) Price Technical capability is approximately equal to cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO 52.212-2 BASIS FOR CONTRACT AWARD: The evaluation of this procurement shall be accomplished in accordance with FAR Part 12 and 13. This is a competitive best value in which competing offerors' technical capability will be evaluated on a basis approximately equal to cost or price considerations. By submission of its offer, the offeror accedes to all RFQ requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. All technically acceptable offers shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the RFQ terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Technical Acceptability. Initially, the Government technical evaluation team shall evaluate the offers on a pass/fail basis. The offers shall be evaluated against the following factors: 1. Overview of systems description in accordance with specifications outlined in the SOW as follows: a. Must be true on-line double conversion UPS, continuously powering the protected load from its reserves while simultaneously replenishing the reserves from the AC power (double conversion isolates the input from the output). b. Must have a battery bypass feature, allowing the UPS to bypass the batteries and have the equipment run straight off of commercial power should the batteries fail. c. Must have hot swappable batteries. d. Must be rack mountable. e. Must have the ability to add battery packs to either increase the backup time of the same load or increase the load while retaining the same backup time. f. Must have a load shedding ability to prioritize critical equipment. g. Must be IPv6 addressable. h. Must be SNMP v3 monitorable with the ability for the network office to set the SNMP trap thresholds. 2. Contractor must provide a certificate/license for an electrician to perform work to be accomplished. This certificate/license is to be returned with the completed RFQ. B. Price Evaluation. Next, the government shall rank all technically acceptable offers by price. An offeror's proposed prices will be determined by multiplying the quantities identified in the RFQ by the proposed unit price for each Contract Line Item Number to confirm the extended amount for each. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. C. Offerors are cautioned to submit sufficient information in the format specified in the Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items. Offerors may be asked to clarify certain aspects of their proposal. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revision. D. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (x) Offerors must include with their RFQ a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and DFAS 252.212-7000, Offeror Representations and Certification, Commercial Items with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Aug 2011). The following additional FAR clauses apply to this acquisition: FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor 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 52.222-50, Combating Trafficking in Persons 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 (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2 are incorporated by reference: FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.223-5, Pollution Prevention and Right-To-Know FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.247-34, F.O.B. Destination DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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 AFFARS 5352.201-9101, OMBUDSMAN (Apr 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Carolyn Choate, HQ AMC/A7K, 507Symington Drive, Scott AFB IL 62225-5022, 618-229-0160, fax (618) 256-6668, and carolyn.choate@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com (xv) QUOTES ARE DUE TO Scott AFB, IL NO LATER THAN 3:00 P.M. CST on 22 Sep 11. (xvi) Quotes are due to: By mail: 375 CONS/LGCB Attn: Laura Pecora 201 E Winters St, Bldg 50 Scott AFB IL 62225-5015 By fax: 618-256-2174 Attn: Laura Pecora By email: laura.pecora@scott.af.mil The point of contact for this acquisition is Laura Pecora: phone 618-256-9251; fax 618-256-2174; e-mail laura.pecora@scott.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; fax 618-256-2174; e-mail marcia.wuebbels@scott.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/375CS/F3S3161181AC01/listing.html)
 
Place of Performance
Address: 201 E. Winters, Bldg 50, Scott AFB, Illinois, 62225, United States
Zip Code: 62225
 
Record
SN02578410-W 20110917/110916000030-f72cb41e426d2195b488597348b99e8c (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.