Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

61 -- Purchase of UPS and Installation of UPS

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
70Z04418QPC2285
 
Archive Date
10/31/2018
 
Point of Contact
James A Lassiter, Phone: (757)686-2149
 
E-Mail Address
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MODIFICATION TO RFQ The following is hereby added to the Specifications Attachment-1 and Statement of Work Attachment-2, AND the RFQ Response date is hereby extended to Sept/21/2018 at 7am est: SPECIFICATIONS: ATTACHMENT-1: Specifications of the UPS: Requirements: The Proposed UPS Unit must have a Manufacturer's warranty for a minimum of one (1) year to include on site trouble shooting, repair, labor, parts, and materials to restore Uninterruptable Power Supply (UPS) to Manufacturer's specifications within 10 hours of phone call to Manufacturer's Warranty Customer Service Call Center. Manufacturer's Warranty Customer Service Call Center must provide a response within 2 hours of initial phone call on estimated time of arrival for repair technician/field engineer arrival time at site. Manufacturer's Warranty Customer Service Call Center must provide a 24 hour x 7 days a week telephone response for repair technician/field engineer dispatch. STATEMENT OF WORK(SOW): ATTACHEMENT-2: The following Paragraphs are hereby added to the SOW 33. WORKMANSHIP OF INSTALLATION Contractor is responsible for workmanship of Installation and responsible for any and all cost that would be incurred due to improper installation. 34. INSTALLATION OF UPS ONTO ELEVATED ACCESS FLOORING The Contractor shall inspect the elevated flooring prior to installation to ensure it can accomodate the New UPS Unit. If any changes are suggested the Contractor shall contact the COR with written recomendations for such changes, if changes are approved, the Order will be Modified w/funding to accomodate those chnages. The Response Date is hereby extended and changed to: Sept/21/2018 at 7:00 AM Eastern This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ 70Z04418QPC2285. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-99. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 238210. The SBA size standard in Employees is $15MILLION. This is a Small Business Set-Aside, The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA. 23703 intends to purchase, a UPS Unit and have the UPS Unit Installed. See Schedule B below and referenced and attached Documents applicable to this Requirement. NOTE: This is a TOTAL SMALL BUSINESS SET-ASIDE Besides the Documents attached: The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Any Contractors that can provide a quote you are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO Contract to the Offeror that submits the lowest aggregate price rather than issue a PO Contract to each Offeror on the basis of the lowest Quotation on each item. Provide Firm Fixed Price Proposals with Delivery Information and Delivery Time Frame by Sept/19/2018 at 7:00 A.M (EST). Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping Cost as a Separate Line Item. FIRM FIXED Price Proposals are to be sent via EMAIL on Company Letterhead to Point of Contact (POC) listed below and MUST include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered for Prompt Payment, (7) Company DUNS and Cage Code Numbers. QUOTES ARE TO BE SENT TO: JAMES.A.LASSITER@USCG.MIL Anticipated Award Date for the PO Contract is Sep/20/2018, this date is approximate and not exact INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Schedule B: Line Item 1: 1 each of Contractor to Provide a UPS Unit IAW the Attached Specification for an Uninterrupted Power Supply for United States Coast Guard Sector New York (VTS) Attachment-1 Cost: ______________________ Line Item 2: 1 each Job to have the UPS Unit(ref Line Item 1) Installed at Sector New York IAW the Attached Statement of Work SOW Attachment-2, this Attachment-2 includes a C3CEN Security Industrial Addendum that is applicable to this Requirement. Cost: ____________________________ Total Proposed Firm Fixed Price: ____________________________ QUOTES ARE TO BE SENT TO: JAMES.A.LASSITER@USCG.MIL PLEASE NOTE: THIS IS A 100% TOTAL SMALL BUSINESS SET-ASIDE IAW FAR 52.219-6 NOTICE OF SMALL BUSINESS SET-ASIDE PROVISIONS / CLAUSES: The Following FAR Provisions apply to this Solicitation: FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2017) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2017). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. • The Following Clauses apply to this Solicitation and awarded Contract. FAR 52-219-6 Notice of Total Small Business Set-Aside FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2018) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at https://www.acquisition.gov/; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded Contract. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). FAR 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). Alternate 1 (May 2014) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.233-3, Protest After Award (AUG 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) The above clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8fff9cf9e4d04ade28485519b183346d)
 
Record
SN05088628-W 20180915/180913231619-8fff9cf9e4d04ade28485519b183346d (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.