Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2011 FBO #3683
SOLICITATION NOTICE

J -- UPS MAINTENANCE FOR POWER SUPLY UNITS IN GOLDEN, CO

Notice Date
12/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCHPO BOX 25046204 DENVER FEDERAL CENTERDENVERCO80225-0046US
 
ZIP Code
00000
 
Solicitation Number
G12PS00082
 
Response Due
1/10/2012
 
Archive Date
2/9/2012
 
Point of Contact
MELISSA Hutchison
 
E-Mail Address
mhutchison@usgs.gov
(mhutchison@usgs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION UPS MAINTENANCE FOR POWER SUPLY UNITS IN GOLDEN, CO (I) 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number G12PS00082. This solicitation will utilize the policies contained in the Federal Acquisition Regulation (FAR) Part 12 in conjunction with the policies and procedures for solicitation evaluation and award prescribed in FAR Part 13, Simplified Acquisition Procedures, as appropriate for this acquisition. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. (IV) This solicitation is a total small business set-aside. The associated NAICS code is 811219. The small business size standard is $19.0 Million. (V) This combined synopsis/ solicitation is for purchase of the following commercial item(s): Services, non-personal, to provide all plant, equipment, materials and labor (unless otherwise provided herein) necessary to provide preventative maintenance and emergency services on the following items: 1.CLIN NO. 0010 - NX20-30 (20 kVA) - as described in the attached Statement of Work under Equipment Descriptions 1-3. Base Year: 02/01/2012 through 01/31/2013. Offeror shall quote a firm fixed monthly or quarterly price.2.CLIN NO. 0020 - NX20-30 (30 kVA) - as described in the attached Statement of Work under Equipment Descriptions 4-6. Base Year: 02/01/2012 through 01/31/2013. Offeror shall quote a firm fixed monthly or quarterly price.3.CLIN NO. 0030 - NX10-15 - as described in the attached Statement of Work under Equipment Descriptions 7. Base Year: 02/01/2012 through 01/31/2013. Offeror shall quote a firm fixed monthly or quarterly price.4.CLIN NO. 0040 - APC MGE Galaxy 5000 - as described in the attached Statement of Work under Equipment Descriptions 8-10. Base Year: 02/01/2012 through 01/31/2013. Offeror shall quote a firm fixed monthly or quarterly price.5.CLIN NO. 0050 - Option Quantity: APC Galaxy 5000 50 kVA - as described in the attached Statement of Work under Equipment Descriptions, this is the new UPS that will be installed in the next six months. Base Year: installation date through 01/31/2013. Offeror shall quote a firm fixed monthly or quarterly price.6.Option Year One: 02/01/2013 through 01/31/2014. Offeror shall quote a firm fixed monthly or quarterly price for CLIN NO.'s 0010 through 0050 above for Option Year One.7.Option Year Two: 02/01/2014 through 01/31/2015. Offeror shall quote a firm fixed monthly or quarterly price for CLIN NO.'s 0010 through 0050 above for Option Year Two.8.Option Year Three: 02/01/2015 through 01/31/2016. Offeror shall quote a firm fixed monthly or quarterly price for CLIN NO.'s 0010 through 0050 above for Option Year Three.9.Option Year Four: 02/01/2016 through 01/31/2017. Offeror shall quote a firm fixed monthly or quarterly price for CLIN NO.'s 0010 through 0050 above for Option Year Four. Offerors do not have to quote on all line items. The Government may award more than one firm-fixed price type order, depending on offerors ability to maintain UPS's from multiple manufacturers. (VI) Refer to Attachment 1 - Statement of Work for the line item descriptions (VII) Period of Performance is listed above in Section V. Place of performance is USGS 1711 Illinois St, Golden, CO 80401. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), of the referenced clause, and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Proposals submitted in response to this solicitation will be evaluated upon the non-price or non-cost factors, which are listed in descending order of importance with Factor A and B bearing the same weight and Factor C being approximately one-third the value of Factor A and B. Factor (A) Demonstrated Experience in Conducting Preventative Maintenance and Repairing Liebert NX Series and MGE Galaxy 5000 Series UPS's: The offeror shall briefly describe, summarize or provide an overview of 3-5 projects involving conducting preventative maintenance and repairing of the Liebert NX Series and MGE Galaxy 5000 Series UPS's that were successfully completed within the last five years. Provide contact information on these projects. Statements by past clients may be used in the evaluation of the vendor's technical quote under any and all applicable evaluation criteria. Any information obtained by the Government from references outside the vendor's quote may be used in a similar manner. Factor (B) Training: Offeror shall include proof or certification that the technician(s) has been trained by the manufacturer or a manufacturer approved training program to work on the Liebert NX Series and MGE Galaxy 5000 Series UPS's. Factor (C) Past Performance: The offeror shall submit references from three (3) to five (5) customers that have requested similar services on the Liebert NX Series and MGE Galaxy 5000 Series UPS's within the last five years. Offerors shall provide a point of contact name, phone number, email and company address for those references. (These contacts can be the same as what was given for Factor (A).) Statements by past clients may be used in the evaluation of the vendor's technical quote under any and all applicable evaluation criteria. Any information obtained by the Government from references outside the vendor's quote may be used in a similar manner. (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 options. In determining which proposal offers the greatest value or advantage to the Government, overall technical merit will be more important than evaluated price. Price will become the determining factor between proposals judged to be essentially equal in technical merit. PPIRS.gov will be used as a source of past performance information in the source selection process, in addition to any other past performance information acquired both inside and outside the government. (X) The offeror shall submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402).(11) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644).(16) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)).(22) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).(26) 52.222-19, Child Labor=BFCooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999).(28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).(29) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).(30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793).(31) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212).52.222-40(37) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).(2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) Refer to Attachment 2 for the clauses that are also applicable to this acquisition. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) The Government intends to award at least one firm-fixed-price type order resulting from this solicitation. The Government may award more than one firm-fixed price type order, depending on offerors ability to maintain UPS's from multiple manufacturers. Questions relating to this Solicitation shall be presented by e-mail to mhutchison@usgs.gov not later than close of business 5:00 p.m. MST on January 3, 2012. The Government will evaluate the questions, and if needed, an Amendment will be issued. If further questions arise following the outcome of answers provided to initial questions, the Contracting Officer has sole discretion to determine if a new question closing date will be required. If a new question closing date is approved, an amendment will be posted. Offeror shall provide their Dun & Bradstreet (DUNS) number. Offeror shall review and submit all criteria for the Evaluation Factors listed above. Failure to provide this may render the quote non-responsive. Quotes are required to be received in the contracting office no later than 5:00 P.M. MST/MDT on January 10, 2012. The preferred (not required) method of quotation submission is through FedConnect. Quotes may be emailed to mhutchison@usgs.gov. Quotes may also be mailed to the attention of Melissa Hutchison at U.S. Geological Survey, P.O. Box 25046, MS204A, DFC, Denver, CO 80225. Overnight mail must also include the following information: Denver Federal Center, Bldg 53, Entrance S-1, MS 204A. (XVI) Any questions regarding this solicitation should be directed to Melissa Hutchison, 303-236-9319, mhutchison@usgs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/G12PS00082/listing.html)
 
Record
SN02645058-W 20111225/111223233632-46096f52bf1ea27295b46de3b6667238 (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.