Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOLICITATION NOTICE

61 -- OPTION - UPS and PDU maintenace (St Louis)

Notice Date
6/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
9410 Jackson Loop, Fort Belvoir, VA 22222
 
ZIP Code
22222
 
Solicitation Number
10563880_01
 
Response Due
6/9/2015
 
Archive Date
12/6/2015
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
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.The solicitation number is 10563880_01 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 335311 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-06-09 11:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Lee requires the following items, Meet or Exceed, to the following: Base Period of Performance: 06/17/2015 - 06/16/2016 LI 001: Preventative Maintenance for one (1) Eaton Powerware Model 9315-160, 160kVA/128kW UPS according to attached PWS. Base year., 1, EA; LI 002: Emergency service for one (1) Eaton Powerware Model 9315-160, 160kVA/128kW UPS according to attached PWS. Base year., 1, EA; LI 003: Preventative Maintenance for one (1) Eaton Powerware Model 9315-225, 225kVA/180kW UPS according to attached PWS. Base year., 1, EA; LI 004: Emergency services for one (1) Eaton Powerware Model 9315-225, 225kVA/180kW UPS according to attached PWS. Base year., 1, EA; LI 005: Preventative Maintenance for four (4) Eaton Powerware Model 1085-J27 Line-up and Match VRLA Battery Cabinets with 40 each Model PWHR12280W4FR Jars, 400A DC Disconnect Breakers with Shunt Tripaccording to attached PWS. Base year., 1, EA; LI 006: Emergency services for four (4) Eaton Powerware Model 1085-J27 Line-up and Match VRLA Battery Cabinets with 40 each Model PWHR12280W4FR Jars, 400A DC Disconnect Breakers with Shunt Trip according to attached PWS. Base year., 1, EA; LI 007: Preventative Maintenance for two (2) UPS Maintenance Bypass Panels (MBP) according to attached PWS. Base year., 1, EA; LI 008: Emergency services for two (2) UPS Maintenance Bypass Panels (MBP) according to attached PWS. Base year., 1, EA; LI 009: Preventative Maintenance for one (1) 125kVA PDUaccording to attached PWS. Base year., 1, EA; LI 010: Emergency services for one (1) 125kVA PDUaccording to attached PWS. Base year., 1, EA; LI 011: Preventative Maintenance for six (6) 75kVA PDUs according to attached PWS. Base year., 1, EA; LI 012: Emergency services for six (6) 75kVA PDUs according to attached PWS. Base year., 1, EA; LI 013: Preventative Maintenance for one (1) 50kVA PDU according to attached PWS. Base year., 1, EA; LI 014: Emergency services for one (1) 50kVA PDU according to attached PWS. Base year., 1, EA; LI 015: Preventative Maintenance for three (3) 30kVA PDUs according to attached PWS. Base year., 1, EA; LI 016: Emergency services for three (3) 30kVA PDUs according to attached PWS. Base year., 1, EA; LI 017: Preventative Maintenance for two (2) 15kVA PDUs according to attached PWS. Base year., 1, EA; LI 018: Emergency services for two (2) 15kVA PDUs according to attached PWS. Base year., 1, EA; LI 019: Preventative Maintenance for one (1) Eaton Cutler/Hammer 30kVA Stepdown Dry-type Transformer (480V-120/208V)according to attached PWS. Base year., 1, EA; LI 020: Emergency services for one (1) Eaton Cutler/Hammer 30kVA Stepdown Dry-type Transformer (480V-120/208V) Base year., 1, EA; Option 1 Period of Performance: 06/17/2016 - 06/16/2017 LI 001: Preventative Maintenance for one (1) Eaton Powerware Model 9315-160, 160kVA/128kW UPS according to attached PWS. Option year., 1, EA; LI 002: Emergency service for one (1) Eaton Powerware Model 9315-160, 160kVA/128kW UPS according to attached PWS. Option year., 1, EA; LI 003: Preventative Maintenance for one (1) Eaton Powerware Model 9315-225, 225kVA/180kW UPS according to attached PWS. Option year., 1, EA; LI 004: Emergency services for one (1) Eaton Powerware Model 9315-225, 225kVA/180kW UPS according to attached PWS. Option year., 1, EA; LI 005: Preventative Maintenance for four (4) Eaton Powerware Model 1085-J27 Line-up and Match VRLA Battery Cabinets with 40 each Model PWHR12280W4FR Jars, 400A DC Disconnect Breakers with Shunt Tripaccording to attached PWS. Option year., 1, EA; LI 006: Emergency services for four (4) Eaton Powerware Model 1085-J27 Line-up and Match VRLA Battery Cabinets with 40 each Model PWHR12280W4FR Jars, 400A DC Disconnect Breakers with Shunt Tripaccording to attached PWS. Option year., 1, EA; LI 007: Preventative Maintenance for two (2) UPS Maintenance Bypass Panels (MBP) according to attached PWS. Option year., 1, EA; LI 008: Emergency services for two (2) UPS Maintenance Bypass Panels (MBP) according to attached PWS. Option year., 1, EA; LI 009: Preventative Maintenance for one (1) 125kVA PDUaccording to attached PWS. Option year., 1, EA; LI 010: Emergency services for one (1) 125kVA PDUaccording to attached PWS. Option year., 1, EA; LI 011: Preventive Maintenance for six (6) 75kVA PDUs according to attached PWS. Option year, 1, EA; LI 012: Emergency services for six (6) 75kVA PDUs according to attached PWS. Option year., 1, EA; LI 013: Preventative Maintenance for one (1) 50kVA PDU according to attached PWS. Option year., 1, EA; LI 014: Emergency service for one (1) 50kVA PDU according to attached PWS. Option year., 1, EA; LI 015: Preventative Maintenance for three (3) 30kVA PDUs according to attached PWS. Option year., 1, EA; LI 016: Emergency services for three (3) 30kVA PDUs according to attached PWS. Option year., 1, EA; LI 017: Preventative Maintenance for two (2) 15kVA PDUs according to attached PWS. Option year., 1, EA; LI 018: Emergency services for two (2) 15kVA PDUs according to attached PWS. Option year., 1, EA; LI 019: Preventative Maintenance for one (1) Eaton Cutler/Hammer 30kVA Stepdown Dry-type Transformer (480V-120/208V)according to attached PWS. Option year., 1, EA; LI 020: Emergency services for one (1) Eaton Cutler/Hammer 30kVA Stepdown Dry-type Transformer (480V-120/208V)according to attached PWS. Option year., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Lee intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Lee is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. No partial shipments are permitted unless specifically authorized at the time of award. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. Base: 17 June 2015- 16 June 2016 Option year: 17 June 2016- 16 June 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/58cb695327a6f2664804bd2738e36d04)
 
Place of Performance
Address: See Place of Performance.
Zip Code: -
 
Record
SN03755499-W 20150607/150605235152-58cb695327a6f2664804bd2738e36d04 (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.