Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

D -- Maintenance Service for American Power Conversion (APC) Uninterruptable Power Supply (UPS) Systems - Attachment # 1 Part List - Attachment # 2 Brand Name Justification

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NUWC Newport Division, Simonpietri Drive, Newport, Rhode Island, 02841-1708, United States
 
ZIP Code
02841-1708
 
Solicitation Number
N66604-16-Q-2949
 
Point of Contact
Rosemary E. Beckmann, Phone: 4018327167
 
E-Mail Address
Rosemary.Beckmann@navy.mil
(Rosemary.Beckmann@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment # 2 Brand Name Justification Attachment # 1 Part List This is a combined synopsis and solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This synopsis/solicitation will be open for less than 30 days, in accordance with FAR 5.203(b). Request for Quotation (RFQ) number is N66604-16-Q-2949. This requirement is unrestricted as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) Code for this acquisition is 811212. The Small Business Size Standard is $27,500,000. NUWC Division Newport intends to purchase the following items on a Firm Fixed Price basis: 0001; APC Maintenance Renewal; QTY: 1 0002: APC Maintenance Renewal; QTY 1 See attachment # 1, Part List, for a breakdown of the required services including applicable serial numbers. The maintenance service for the APC UPS Systems, APC Infrastructure and FM cooling systems must be sourced from vendors capable of supporting APC systems and equipment and must be an APC certified repair/maintenance reseller to prevent voiding the manufacturer's warranty. The vendor must provide a service certificate form Schneider Electric, see attachment #1, Brand Name Justification. The period of performance (PoP) is 19 July 2016 to 18 July 2016. F.O.B Destination Newport, RI 02841 Offerors shall include price, delivery terms, and the following additional information with submissions: point of contact (including phone number and email address), contractor cage code, and contractor DUNs number. Quote shall include a breakdown of price elements (labor, material, other direct costs, indirect costs, profit, etc.) and/or back up pricing information (historical quotes and invoices). Quotes received after the closing date and time specified will be ineligible for award. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items applies to this solicitation. Clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. In accordance with DFARS 252.211-7003, Item Identification and Valuation, if the unit prices proposed exceed $5,000 then UID tags will be required and payment will be via Wide Area Workflow. This requirement will be awarded to the offeror with the lowest price technically acceptable (LPTA) quote. In order to be determined technically acceptable: (1) the offeror must quote items which meet the requirements specified, in the required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within PPIRS-SR may render a quote being deemed technically unacceptable. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. Contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/) to be eligible for award. Instructions for registration are available at the websites. Offers must be e-mailed directly to Rosemary Beckmann at rosemary.beckmann@navy.mil. Offerors must be received by 2:00 p.m. (EST) on Thursday 28 July 2016. Offers received after this date and time will not be considered for award. For information on this acquisition, contact Rosemary Beckmann at rosemary.beckmann@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N66604/N66604-16-Q-2949/listing.html)
 
Record
SN04197045-W 20160728/160726235713-175ff9e54bb5c39589fd606a59368e02 (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.