Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

D -- Maintenance service requirement for Uninterruptible Power System (UPS) Units located at Fort Bragg, NC.

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, NC 28403-1343
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-14-T-0057
 
Response Due
9/18/2014
 
Archive Date
11/17/2014
 
Point of Contact
Karri Mares, 910-251-4863
 
E-Mail Address
USACE District, Wilmington
(karri.l.mares@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***Combined synopsis/solicitation hereby amended to clarify information. The units are out of warranty meaning technicians and individual companies do not have to be employed by or directly affiliated with Toshiba. The response date for this requirement has NOT been extended as a result of this amendment. All other terms and conditions remain unchanged. **Combined synopsis/solicitation hereby amended to post additional questions and answers as an attachment. No more questions will be accepted after 10:00AM EDT on Wednesday 9/17/2014. The response date for this requirement has NOT been extended as a result of this amendment. All other terms and conditions remain unchanged. *Combined synopsis/solicitation hereby amended to post a question and answer as an attachment. The response date for this requirement has NOT been extended as a result of this amendment. All other terms and conditions remain unchanged. This notice is being posted as an avenue to provide Request for Quotes, W912PM-14-T-0057. In accordance with Federal Acquisition Regulation (FAR) 5.202(a)(13), exceptions to publicizing contract actions, there will not be a pre-solicitation notice posted for this required action. 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 in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a 100% set-aside for Small Businesses and is solicited under NAICS 811212. The small business size standard for this NAICS is $27,500,000. This solicitation number is W912PM-14-T-0057, and the solicitation is issued as a Request for Quote (RFQ).This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76. Description of Requirement: This will be a firm-fixed-price contract with a one-year base year and four one-year options that are to be exercised at the discretion of the Government. The Contractor shall provide maintenance services for Uninterrupted Power Supply (UPS) Units located at Fort Bragg, NC. These services are used to provide backup power for two locations at Fort Bragg in accordance with the performance work statement. Please see additional documentation for full specifications. To view the attached documentation to include the itemized supply listing for this requirement: -Scroll toward the bottom of this solicitation. -Click the quote mark Additional documentation quote mark link below the Additional Information Heading. -Open ALL the attached pdf documents. This Request for Quotes incorporates the provisions and clauses provided in the attached document. Full text may be accessed through the attached solicitation documents or through http://www.acquisition.gov/far or http://farsite.hill.af.mil. 52.209-4005 PRE-AWARD INFORMATION (Wilmington Local Instruction) 1. Contracts shall be awarded to responsible prospective contractors only. Before award, to be determined responsible, a prospective contractor must: a. Have adequate financial resources to perform the contract, or the ability to obtain them; b. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and government business commitments; c. Have a satisfactory performance record; d. Have a satisfactory record of integrity and business ethics; e. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; f. Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and g. Be otherwise qualified and eligible to receive an award under applicable laws and regulations. 2. Each offeror shall, upon request of the Contracting Officer, furnish information on any or all of the above areas so that the Contracting Officer can make an affirmative determination of responsibility or nonresponsibility. (End of Paragraph) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i)Technical - Offeror shall provide detailed maintenance and preventive program that shows it meets the statement of work. Offeror shall also provide certifications, licenses or other documentations necessary to validate that it meets the requirements. Offeror must show that they have Toshiba certified technicians on staff to perform these services. (ii)Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years (01 Aug 2011-31 Jul 2014). To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract. (iii)Price -All line items will be reviewed for price reasonableness. (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 option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their Quote in accordance with standard commercial practice (i.e. Quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation number; offeror's complete mailing and remittance addresses; discount terms, DUNS number, and Tax Identification Number. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. Any prospective awardee shall be registered and active in the SAM database prior to any award of a contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.acquisition.gov or by calling 866-606-8220. QUOTES ARE DUE NOT LATER THAN 2:00PM, EASTERN DAYLIGHT TIME, 18 SEPTEMBER 2014. YOU ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY. They may also be submitted on U.S. Mail, courier service, or hand-delivered to the attention of the Contract Specialist, Karri Mares at 910-251-4863. The completed Offeror Representations and Certifications-Commercial Items (FAR 52.212-3) or Notation that company is registered in SAM (https://www.sam.gov) must be submitted along with each Quote. The Government reserves the right to cancel this solicitation. This announcement and written request for Quote constitutes the only Request for Quote that will be made for this requirement. Electronic Quotes are now being accepted via email; karri.l.mares@usace.army.mil and bruce.a.helms@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f423c900b4f3f96aaa3b55e1fa30ef7)
 
Place of Performance
Address: United States Army Reserve Command 4700 Knox Street Fort Bragg NC
Zip Code: 28310-5010
 
Record
SN03518764-W 20140920/140919000239-1f423c900b4f3f96aaa3b55e1fa30ef7 (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.