Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

J -- UPS and Battery Maintenance - Statement of Work

Notice Date
1/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2V3G21354AC01
 
Point of Contact
Adam Gilreath, Phone: 8138287484
 
E-Mail Address
adam.gilreath@us.af.mil
(adam.gilreath@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
UPS Maint. Statement of Work This is a combined synopsis/solicitation for a commercial services and/or supplies 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. This is a Request For Quote (RFQ) and the solicitation number is F2V3G21354AC01. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Contractor to provide all labor, tools, and materials necessary to perform UPS and Battery Preventative Maintenance. DESCRIPTION OF REQUIREMENT: CLIN 0001 Preventative Maintenance on Uninterruptable Power Supply (UPS) Estimated Period of Performance: 15 February 2012 - 14 February 2013 CLIN 0002 Preventative Maintenance on Sealed Battery Estimated Period of Performance: 15 February 2012 - 14 February 2013 CLIN 1001 Preventative Maintenance on UPS (Option Year 1) Estimated Period of Performance: 15 February 2013 - 14 February 2014 CLIN 1002 Preventative Maintenance on Sealed Battery (Option Year 1) Estimated Period of Performance: 15 February 2013 - 14 February 2014 CLIN 2001 Preventative Maintenance on UPS (Option Year 2) Estimated Period of Performance: 15 February 2014 - 14 February 2015 CLIN 2002 Preventative Maintenance on Sealed Battery (Option Year 2) Estimated Period of Performance: 15 February 2014 - 14 February 2015 CLIN 3001 Preventative Maintenance on UPS (Option Year 3) Estimated Period of Performance: 15 February 2015 - 14 February 2016 CLIN 3002 Preventative Maintenance on Sealed Battery (Option Year 3) Estimated Period of Performance: 15 February 2015 - 14 February 2016 CLIN 4001 Preventative Maintenance on UPS (Option Year 4) Estimated Period of Performance: 15 February 2016 - 14 February 2017 CLIN 4002 Preventative Maintenance on Sealed Battery (Option Year 4) Estimated Period of Performance: 15 February 2016 - 14 February 2017 See attached Statement of Work (SOW) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 03 Jan 2012, DFAR DPN 20111220 and AFFAR AFAC 2012-0104. The North American Industry Classification System code (NAICS) is 811219, Other Electronic and Precision Equipment Repair and Maintenance. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: To be delivered to 2700 Southshore Ave, BLDG 1750, MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.204-7, Central Contractor Registration, FAR 217-5, Evaluation of Options; FAR 52.212-4, Contract Terms and Conditions; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-28, Small Business Representations; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003 Control Of Government Personnel Work Product, 252.243-7001 Pricing Of Contract Modifications, 252-204-7004 (Alt 1), Required Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) 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 or 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 ombudsman Mr. Gregory S. Oneal HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 229-0267, email: gregory.oneal@us.af.mil. Concerns, issues, disagreement, 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/ACQ, 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. (End of clause), 5352-242-9000, Access To Air Force Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 3 February 2012 by 1100 AM EST. Submit offers or any questions to the attention of Adam Gilreath, 6CONS/LGCA, by phone at 813-828-7484 or preferably by email to adam.gilreath@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V3G21354AC01/listing.html)
 
Place of Performance
Address: 2700 Southshore Ave, BLDG 1750, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02659135-W 20120125/120123234216-05d7745fc60f9c7b55c91e15dd8f77f4 (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.