Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
MODIFICATION

61 -- Brand Name Uniterruptible Power System

Notice Date
9/26/2011
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
 
ZIP Code
93524
 
Solicitation Number
F1S0AX1188B001
 
Archive Date
10/12/2011
 
Point of Contact
Lissa M Dierkson, Phone: 661-277-1829
 
E-Mail Address
lissa.dierkson@edwards.af.mil
(lissa.dierkson@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #3 to F1S0AX1188B001 for "Uninterruptible Power Supply" The due date for proposals has been amended to 27 September 2011 at 4:30 pm PDT. The Solicitation number is F1S0AX1188B001. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, DFARs Change Notice (DCN) 2011-08-19 and AFAC 2011-0714. NAICS is 335999 and the size standard is 500 employees. This acquisition is a 100% small business set aside. The AFFTC/PKE, Edwards Air Force Base, CA is seeking to purchase two (2) brand name Toshiba G9000 Series UPS model number T90S3S22KS6XSN as described in Attachment #1 - Requirements Document and Attachment #2 - Justification and Approval document. This is a Brand Name Only acquisition. Interested parties who believe they can meet all the requirements for the Toshiba Brand name only products described in Attachment #1 are invited to submit in writing a complete quote to include the following: 1. Price listing of each item, including the removal of one UPS and installation of two UPS 2. Delivery Date (estimated) 3. Completion Date (estimated) Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis, including Cage Code, DUNS number, Prompt Payment Terms, date offer expires, and warranty information. No partial quotes for the items listed above will be accepted. FOB destination Edwards AFB CA 93524. Government Delivery Requirement: The Government requires all equipment to be delivered and installed no later than 31 Dec 2011. If the above day cannot be met, contractors must provide an accurate and realistic delivery schedule. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. The following provisions and clauses apply: 52.252-1, Solicitation Provisions Incorporated by Reference. 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 address: http://farsite.hill.af.mil. 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (JAN 1999) The following factors shall be used to evaluate offers: Lowest price technically acceptable 52.212-4, Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (AUG 2011) (to include: 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 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, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-41, Service Contract Act of 1965, 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.225-13, Restrictions on Certain Foreign Purchases, Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration) The following DFARs clauses apply to this acquisition: 252.211-7003, Item Identification and valuation (JUN 2011 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (AUG 2011) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 252.247-7023, Transportation of Supplies by Sea, Alt III (MAY 2002) The following AFFARS clauses apply to this acquisition: 5352.201-9101, Ombudsman (APR 2010) 5323.223-9001, Health and Safety on Government Installations (JUN 1997) 5352.223-9000, Elimination of Use of Class I Ozone Depleting Materials (ODS) (APR 2003) Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Ave, Building 2800, Edwards AFB, CA 93524, E-mail lissa.dierkson@edwards.af.mil, Fax 661-275-7809. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-09-19 19:27:35">Sep 19, 2011 7:27 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-09-26 18:22:10">Sep 26, 2011 6:22 pm Track Changes Amendment to F1S0AX1188B001 for "Uninterruptible Power Supply" In accordance with Far 52.237-1, Site Visit, "Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision)" There will be a site visit for the following requirements for this RFQ: 1 Each - UPS - Slim 1 Each - UPS - Wall 1 Lot - Battery Replacement 1 Lot - Removal of existing UPS/ Installation new UPS/Startup and load bank testing Interested vendors must submit the name, Social Security number and name of the company they represent to the Contracting Office by emailing lissa.dierkson@edwards.af.mil no later than 11:30 a.m. PDT on Wednesday, 21 Sep 2011. Site visit to take place on Thursday, 22 Sep 2011 at Building 1020. Site visit to begin promptly at 8:30 a.m. PDT Access to Edwards AFB will require a valid driver's license, proof of current vehicle insurance and registration. Allow an additional 20 minutes for obtaining a vehicle pass at the entry gate. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2011-09-24 16:21:37">Sep 24, 2011 4:21 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2011-09-26 18:22:10">Sep 26, 2011 6:22 pm Track Changes __ Amendment #2 to F1S0AX1188B001 for "Uninterruptible Power Supply" The following changes have been made: 1. A revised Attachment #1: Statement of Requirements has been posted with revisions in bold. 2. All questions resulting from the site visit and answers have been posted. Of the 15 question and answers, please note: • Load Bank testing is no longer required for the battery replacement • If required during installation, the contractor must use copper wiring and compression type splices. • Contractors are responsible for the removal and disposal of the existing UPS. • Uninstall and removal of the existing UPS now includes the demo and disposal of the existing DC wall disconnect.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/F1S0AX1188B001/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02592213-W 20110928/110926235044-f260a1a04ee69d12f72e2dc99de77b89 (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.