Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
MODIFICATION

61 -- Uninterruptible Supply System (UPS)

Notice Date
9/17/2019
 
Notice Type
Modification/Amendment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO WA 194 MSC, 101 41ST DIVISION WAY, CAMP MURRAY, Washington, 98430-5035, United States
 
ZIP Code
98430-5035
 
Solicitation Number
W912K319Q6007
 
Archive Date
10/5/2019
 
Point of Contact
Matthew J. Berube, Phone: 2535122186
 
E-Mail Address
matthew.j.berube2.mil@mail.mil
(matthew.j.berube2.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*SEE SPEC CHANGES IN CLINS 0001, 0002, 0003 *SEE SITE VISIT NOTES AT END OF DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation Number W912K319Q6007 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-04, Dated 6 Sept 2019 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190819. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 238210 with annual revenue not to exceed $15M. The g overnment intends to award a Firm Fixed Price (FFP) contract to a qualified Total Small Business deemed re sponsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (R FQ ) and will be evaluated and awarded based upon a Lowest Price Technically Acceptable ( LPTA) basis. D elivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Description of Requirement : The 194 th Wing located at Camp Murray, WA, requires the purchase and installation of an Uninterruptible Supply System (UPS) in building 113. This UPS system will tie into our existing power system that will keep the communication equipment up and running for a certain amount of time, and will gradually shut down the systems if necessary. THIS IS A BRAND NAME OR EQUAL REQUIREMENT. Minimum Required Specifications for the Uninterruptible Power Supply (UPS) System: CLIN 0001: QTY 1: 20kVA Capacity Uninterruptible Power Supply (UPS) System. MFR: Mitsubishi (or EQUAL) Part #: Mitsubishi DP1100A (or EQUAL) -Minimum 20kVA capacity. Unit must be expandable to 50kVA or 40kVA N+1 -System can provide N+1 CLIN 0002: QTY 1: 50kVA Rated Wall Mount. -3 Breaker -Maintenance Bypass sized to feed entire room load panel (normal room load is about 11kVA) CLIN 0003: QTY 1: External Battery cabinet (with batteries) designed to provide the following minimum runtimes at load: -27 Min at 20kVA of Load -67 Min at 10kVA of Load *Current room load is normally 11kVA which entire panel fed by UPS CLIN 0004: QTY 1: UPS to Battery connection Cable Kit. CLIN 0005: QTY 1: SNMP- Communication card for remote monitoring and automated notification. CLIN 0006: QTY 1: Shipping cost; FOB Destination CLIN 0007: QTY 1: Standard 1-year factory warranty on parts and field labor (if applicable) CLIN 0008: QTY 1: UPS factory authorized start up (if applicable) CLIN 0009: QTY 1: Installation Services. Should include: -Site Delivery Service and Placement Installation of new system during normal Camp Murray work hours (Tuesday-Friday 0600-1630) -Cutover of Power from old system to new system -UPS factory authorized Start up -Removal and Recycle of old system with Receipt *Contractor will provide all necessary supervision, labor, travel, materials, tools, equipment, accessories and other items necessary to safely install and program a UPS. *Any changes to the minimum specifications shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. *Site Visit: A site visit on Camp Murray, WA will be conducted on 12 Sept 2019, at 2:00pm Pacific Time. It is HIGHLY recommended that prospective contractors attend. Address to meet at: 101 41 st Division Way Camp Murray, WA 98430 *All quotes must provide adequate supporting documentation that demonstrates contractor's ability to meet the minimum specifications of the government's requirement as stated above. Quote Information : Quotes must be submitted and received no later than 17 Sept 2019, at 5:00pm Pacific Time. Electronic offers preferred, telephone quotes will not be accepted. All questions and q uotes may be e-mailed to the attention of the points of contact listed below. Buyer: Matt Berube Alternate Buyer: Robert Burke Email: usaf.wa.194-wg.list.fal-msc-contracting@mail.mil Award will only be made to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. Provisions and Clauses : Clauses may be accessed electronically in full text through http://farsite.hill.af.mil P = Provisions C = Clauses * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C-FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.211-6, Brand Name of Equal P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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; Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated and awarded based upon a Lowest Price Technically Acceptable (LPTA) basis. This office will consider any late quotes or any late revisions of quotes as non-responsive. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply P-FAR 52.217-5, Evaluation of Options C-FAR 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 24 months. C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.223-20, Aerosols C-FAR 52.223-21, Foams C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors C-FAR 52.233-3, Protest After Award C-FAR 52.233-4, Applicable Law for Breach of Contract Claim P-FAR 52.237-1, Site Visit C-FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil C*-FAR 52.252-6, Authorized Deviations in Clauses C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C* - DFARS 252.211-7003, Item Unique Identification and Valuation C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities P* - DFARS 252.225-7035, Buy American-Free Trade Agreements-Balance of Payments Program Certificate C-DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program Certificate C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment SITE VISIT NOTES --Existing UPS to be removed and weight of any metal to be reported to government --New UPS will be place in same location as existing UPS --This is a federal installation; no LNI permits are required --The government will clear wall/install area of all obstruction --Govenrment will disconnect existing transfer switch and temporarily feed load directly to power panel while install work is being performed. --ONLY server equipment in the comm room is to supported by UPS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/988522a5282e5fff05db1849bdf40830)
 
Place of Performance
Address: 113 ENGINEER DRIVE, CAMP MURRAY, WA, 98430, United States
Zip Code: 98430
 
Record
SN05446914-W 20190919/190917230749-988522a5282e5fff05db1849bdf40830 (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.