Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
SOLICITATION NOTICE

36 -- UPS Maintenance Service

Notice Date
4/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3512046AC01
 
Archive Date
4/18/2012
 
Point of Contact
Ebenezer Wilson, Phone: 707-424-7760, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
ebenezer.wilson@us.af.mil, josephine.cobb@us.af.mil
(ebenezer.wilson@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Travis AFB intends to award a contract for the provision of Uninterrupted Power Source (UPS) Maintenance Services for Travis AFB. This is a posting for commercial service 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. The solicitation number is F3Z3512046AC01. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57, effective 15 Mar 2012, DPN 20120312, effective 12 Mar 2012 and AFAC 2012-0330, effective 30 Mar 2012. This acquisition will be solicited as a 100 % Small Business Set Aside. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7million. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 3612. Requirement Description: Contractor shall provide annual preventive maintenance service. Included as part of the UPS and/or PDU Advantage Ultra Service, the annual preventive maintenance visit provides a comprehensive visual, environmental and electronic inspection of the UPS and/or PDU system to ensure that components are performing to defined environmental specifications. This service includes all labor and travel expenses with an available 24 x 7 scheduling upgrade option. 0001: Buiding 243- S/N PD0542340198 Re-Cert PM Inspection 1 Year Advantage Ultra 5x8 Onsite Support 1 Year 4-Hour 7 x 24 Response Upgrade 0002: Building 54-S/N PD0535341684 Re-Cert PM Inspection 1 Year Advantage Ultra 5x8 Onsite Support 1 Year 4-Hour 7 x 24 Response Upgrade 0003: Building 918-S/N CM0419160347 Replacement Battery Kit Re-Cert PM Inspection 1 Year Extended Warranty SU 1400RMNET S/N WS9902004871 Replacement Battery Kit Re-Cert PM Inspection 1 Year Extended Warranty SU 1400RMNET S/N FS9916006481 Replacement Battery Kit Re-Cert PM Inspection 1 Year Extended Warranty SU 1400RMNET S/N WS9902009400 Replacement Battery Kit Re-Cert PM Inspection 1 Year Extended Warranty 0004: Building 241- S/N B07-10408 Re-Cert PM Inspection 1 Year advantage Ultra 5 x 8 Onsite Support 1 Year 4-Hour 7 x 24 Response Upgrade MGE Comet Battery Cabinet J07-11401 0005: Bldg 381 Symmetra 16k VA LX Ext Run UPS S/N QD0625250320 Re-Cert PM Inspection 1 Year Extended Warranty Symmetra LX Battery Cabinet-S/N - QD0633152264 Re-Cert PM Inspection 1 Year Extended Warranty Symmetra 16k VA Ext Run UPS- S/N QD0605001152 Re-Cert PM Inspection Symmetra LX Battery Cabinet- S/N ??? Re-Cert PM Inspection 1 Year Extended Warranty 0006: Symmetra PX 40k VA UPS S/N PD0635160110 Re-Cert PM Inspection 1 Year Advantage Ultra 5 x 8 Onsite Support 1-Year 4 Hour 7 x 4 Response Upgrade The following provisions/clauses apply to this solicitation: 52.222-3 Convict Labor 52.222-41 Service Contract Act of 1965 52.233-3 Protest After Award 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.233-4 Applicable Law for Breach 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total SB Set aside 52.219-28 Post Award Small Business Program 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for workers with Disabilities 52.252-2 Clauses Incorporated By Reference 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 Transportation of Supplies by Sea (ALT III) 252.232-7010 Levies on Contract Payments 52.212-5 Contract Terms and Conditions(Deviation) Employee Class Monetary Wage -- Fringe Benefits 23182- Electronics Technician Maintenance II $31.17 + 28% + $3.56 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage -- Fringe Benefits WG 9-1 $31.17 + 36.45% 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [ http://www.ccr.gov], at Wide Area Work Flow (WAWF) [ http://wawf.eb.mil ], and at Online Representations and Certifications Application (ORCA) at [ http://orca.bpn.gov]. Please send any responses to ebenezer.wilson@us.af.mil or fax to 707 424 0288. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries/questions must be submitted by 10 April 2012 @ 03:00 PM; PST. No questions will be accepted after this date. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 17 April 2012, 03:00 PM; PST quotes are to be provided by fax or email. Point of contact is Ebenezer Wilson, Contract Specialist, telephone (707) 424 7760, ebenezer.wilson@us.af.mil. Alternate POC is Josephine Cobb, Contracting Officer, telephone (707) 424 7720, josephine.cobb@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3512046AC01/listing.html)
 
Place of Performance
Address: 136 Dixon Avenue, Bldg 904, Travis AFB, CA 94535, United States
Zip Code: 94535
 
Record
SN02711121-W 20120404/120402234431-1ff77f71394e05a7e26c775515395271 (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.