Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2012 FBO #3750
MODIFICATION

70 -- Uninterruptible Power Supplies (UPS) - Amendment 1

Notice Date
2/28/2012
 
Notice Type
Modification/Amendment
 
NAICS
454111 — Electronic Shopping
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office, 8725 John J. Kingman Road, Suite 0119, Fort Belvoir, Virginia, 22060-6220, United States
 
ZIP Code
22060-6220
 
Solicitation Number
SP4705-12-Q-0012
 
Archive Date
3/21/2012
 
Point of Contact
carlos vidro-martinez, Phone: 7037676826
 
E-Mail Address
carlos.vidro-martinez@dla.mil
(carlos.vidro-martinez@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Modification P00001 to Solicitation SP4705-12-Q-0012. A sign copy of the attahed Modification needs to be provided with the quote. This requirement is being issued under the FAR Part 12.6 Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that interested parties review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with the quote if proposing an "equal" item. This requirement is for a Brand Name "or Equal." An "or equal" product may be offered as an alternative, but the offeror must establish that the offered product is truly equal to that requested (e.g., by full comparison of product specification). Failure to provide such information may be grounds for rejection of quote without further review. No substitutions will be accepted without information and/or documentation. The evaluation of the "or equal" alternative item will be made by the technical team. If you are quoting an "equal" item you must provide name, model number, description, size, picture, and all other relevant information about the item. You must provide the same information that is currently in the attachment: "Brand Name Item Information." This information must be included as an attachment to your quote on the response date of this announcement. Proposed items which are "equal" and must be capable of being delivered to Japan within 30 days after contract award. Refer to the announcement for information on the exact delivery located under Place of Performance. Hard copy of the solicitation document will be attached to this synopsis-solictation. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All proposed items that are "equal" MUST MEET ALL of the attached salient characteristics. In accordance with the provisions of 52.212-2, Evaluation - Commercial Items, award will be made to the lowest priced technically acceptable offer. Note: Proposals must identify the exact time needed to deliver the proposed items to the address within the RFQ provided in Japan. Quoters must also submit the manufacturer name and model number of items proposed. Any contractor quoting an alternative product must provide complete supporting documentation that the product is equal to the brand name identified and that it meets all minimum essential characteristics in the item descriptions provided within the attached document. See clause 52.211-6, Brand Name or Equal, referenced at the beginning of this notice. Date and time for submission of quotes: Quotes must be received no later than 1:00 PM EST on March 6, 2012. Quotes, technical literature, pictures, and any other documents to be submitted in response to this RFQ may be emailed to beverly.j.williams@dla.mil and carlos.vidro-martinez@dla.mil. Please reference the RFQ number on all documents. Quoters are responsible for confirming receipt of submitted documents. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6. As supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation is attached to this combine synopsis-solicitation. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-55, effective January 25, 2012. The applicable North American Industry Classification Standard Code is 423440 and the small business size standard is 100. The award will be in accordance with FAR 6.1. The solicitation will result in a firm- fixed price contract. Please submit all questions via email to the Point of Contact by March 6, 2012. All future information about this acquisition, including solicitation amendments, will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The intention of this solicitation is to obtain a contractor to provide non-personal services to acquire APC Smart Uninterruptible Power Supplies (UPS). Clin # Qty. Description 0001 (12) APC Smart UPS SMX1500RM2U 120V 0002 0002 (2) APC Smart UPS SMT3000RMT2U 208V CONTRACT CLAUSES AND SOLICITATION PROVISIONS: The full text of clauses may be accessed electronically at www.acqnet.gov/far. The following clauses and provisions apply to this solicitation: 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.211-6, Brand name or equal (Aug 1999), 52.212-4, Contract Terms and Conditions Commercial Items (Sept 2005); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2006); 52.219-6, Notice of Total Small Business Set Aside (Jun 2003); 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (June 2004); 52.225-1, Buy American Act-Supplies (June 2003); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-36, Payment by Third Party (Feb 2010); 52.247-34 FOB Destination (Nov 1991); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 52.212-1, 52.212-2 Evaluation- Commercial Items, Instructions to Offerors Commercial Items (Jan 2006); 52.212-3, Offeror Representations and Certifications Commercial Items (Mar 2005); 52.233-1 Disputes (Jul 2002) 52.215-5, Facsimile Proposals (Oct 1997); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Oct 2011); 252.239-7001, Information Assurance Contractor Training and Certification (Jan 2008). All offerors wishing to submit a quote subsequent to the solicitation DLA Buisness office cribed herein must be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Offerors are encouraged to obtain further information on CCR and ORCA registrations at the following two websites: http://www.ccr.gov/ and http://orca.bpn.gov/. A hard copy of the solicitation document is attached to this combine synosis-solicitation. All future information about this acquisition, including solicitation amendments, will also be distributed solely through Federal Business Opportunities website at www.fedbizopps.gov. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. The following factors will be evaluated: 1. Delivery 30 days after award 2. Brand Name or Equal. Offers are due no later than March 6, 2012, 1:00 pm Eastern Standard Time, Attention: Carlos J. Vidro-Martinez or Beverly J. Williams, to emailed address carlos.vidro-martinez@dla.mil or beverly.j.williams@dla.mil. Offers received after this date and time will not be considered for award. See attached documents
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DLA-DSS/SP4705-12-Q-0012/listing.html)
 
Place of Performance
Address: DLA Document Services Okinawa, Building 106 Kadena AB, Nakagami-gun, Kadena-cho, Okinawa, Japan, 904-0203, Nakagami-gun, Kadena-cho, Okinawa, 904-0203, Japan
 
Record
SN02684838-W 20120301/120228235129-d54918fd8ebe7141fda83b3fc716ce3d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.