Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
SOLICITATION NOTICE

J -- UPS/PDU Service - Solicitation

Notice Date
12/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-R-0010
 
Archive Date
1/18/2012
 
Point of Contact
Ashley Cunningham, Phone: 9375224520
 
E-Mail Address
ashley.cunningham@wpafb.af.mil
(ashley.cunningham@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Offeror Representations and Certifications-if not registered in http:orca.bpn.gov Attachment 3: Past Performance Questionnaire Attachment 2: Wage Determination Attachment 1: Performance Work Statement Addendum 2 Addendum 1 Full Solicitation SF 1449 UNINTERRUPTIBLE POWER SUPPLY/POWER DISTRIBUTION UNIT MAINTENANCE SERVICE - FA8601-12-R-0010 The U.S. Air Force requires an experienced contractor to provide UPS/PDU Maintenance services. The anticipated award is firm fixed price best value with a base year plus four (4) option years with an additional six (6) month extension. Additional detail on the requirements can be found in the Performance Work Statement (PWS) (attachment 1). This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-R-0010 issued as a Request for Offer and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, 2 Nov 11. This acquisition is 100% SET ASIDE FOR SMALL BUSINESS. Competition is restricted to Small Businesses. Small Businesses capable of meeting the requirements in the attached PWS are eligible to submit an offer. The associated North American Industry Classification System (NAICS) code is 811219. Size standard is $19 million dollars. This Request for Offer has three line items per year for a total of 15: 0001: Preventive Maintenance 0002: Emergency Maintenance 0003: Purchase of parts, UPS Batteries, Replacements and Materials 1001: Preventive Maintenance 1002: Emergency Maintenance 1003: Purchase of parts, UPS Batteries, Replacements and Materials 2001: Preventive Maintenance 2002: Emergency Maintenance 2003: Purchase of parts, UPS Batteries, Replacements and Materials 3001: Preventive Maintenance 3002: Emergency Maintenance 3003: Purchase of parts, UPS Batteries, Replacements and Materials 4001: Preventive Maintenance 4002: Emergency Maintenance 4003: Purchase of parts, UPS Batteries, Replacements and Materials 5001: Preventive Maintenance 6 Month Extension 5002: Emergency Maintenance 6 Month Extension 5003: Purchase of parts, UPS Batteries, Replacements and Materials 6 Month Extension CLINS 5001-5003 are used for price evaluation purposes only; these CLINs will not be included in the award contract. Offers must contain the following: - Price quote, valid for 60 days - A complete explanation of the services to be provided (See Addendum 2, Evaluation of Offers) - Proof of Authorized Service Partner Status to sell, configure and consult with Liebert and Powerware systems. - Evidence of completed Representations and Certifications - At least 2 responses to the Past Performance Questionnaire submitted to the contracting Point of Contact Offers shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008) as well as Addendum 1, Additional Instructions to Offerors. The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. Offers MUST contain a complete description of services offered to clearly show the capability to meet the requirements listed in the PWS, Attachment 1, hereto. Offers shall provide a point-by-point comparison to each item listed in the Evaluation of Offers, Addendum 2. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements. The offer providing the Government with the best value will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE OFFER. Contract financing is NOT provided for this acquisition. Offers must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to 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. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Attachments to the announcement: 1. Addendum 1: Additional Instructions to Offerors 2. Addendum 2: Evaluation of Offers 3. Attachment 1: Performance Work Statement 4. Attachment 2: Wage Determination 2005-2419, Revision No. 15, dated 06/13/2011 5. Attachment 3: Past Performance Questionnaire 6. FAR 52.212-3, Representations and Certifications - May 2011 (Return with quotation, or register electronically in ORCA) Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 12 PM EST on 3 Jan 2012 to: 2d Lt Ashley Cunningham, ASC/PKOB E-mail: Ashley.Cunningham@wpafb.af.mil Mailing Address: ATTN: 2d Lt Ashley Cunningham ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Email is the preferred method of communication and quotation delivery. Questions should be directed to 2d Lt Ashley Cunningham at Ashley.Cunningham@wpafb.af.mil or 937-522-4520.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0010/listing.html)
 
Record
SN02637488-W 20111214/111212234207-b9b4051ac9bdef4aae62f934b49f3755 (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.