SOLICITATION NOTICE
J -- Uninterruptible Power Supply and Battery Maintenance
- Notice Date
- 5/21/2025 11:16:41 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W6QK ACC-APG DIR ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- W91ZLK-25-Q-0020
- Response Due
- 6/5/2025 12:00:00 PM
- Archive Date
- 06/20/2025
- Point of Contact
- Julius Wood, Nikeena Brown
- E-Mail Address
-
julius.a.wood.civ@army.mil, nikeena.s.brown.civ@army.mil
(julius.a.wood.civ@army.mil, nikeena.s.brown.civ@army.mil)
- Description
- Uninterruptible Power Supply and Battery Maintenance Combined Synopsis/Solicitation 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. This announcement constitutes the only solicitation; and request for quotations are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03 (17 January 2025). The solicitation number for this request for quotations (RFQ) is W91ZLK-25-Q-0020. This combined synopsis/solicitation is being issued as a full and open competition under the associated North American Industry Classification System (NAICS) Code 335999 All Other Miscellaneous Electrical Equipment and Component Manufacturing. The size standard is 600 employees. The Government contemplates award of a Firm-Fixed Price type contract in accordance with FAR Part 13, Simplified Acquisition Procedures. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following service. Uninterruptible Power Supply and Battery Maintenance - W91ZLK-25-Q-0020. Quotations shall include Firm Fixed Pricing for one (1) base year. INSTRUCTIONS AND INFORMATION TO OFFERORS: 52.212-1 Instruction to Offerors-- Commercial Items/Services This clause applies in its entirety and there are currently no addenda to the provision. The provision at FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. FAR 52.212-2 - Evaluation -- Commercial Items, applies to this acquisition. Acceptability of quotes will be based on meeting all the requirements of the Statement of Work (SOW). Failure to address each requirement will result in the proposal being rated unacceptable. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor in the submitted quotes. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Partial quotes will not be evaluated by the Government. The Government may reject any quote that is evaluated to be unrealistic in terms of program requirements, contract terms or conditions, or an unrealistic high or low price when compared to Government estimates, such that the quote is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. ALL QUOTATIONS SHALL BE SUBMITTED VIA EMAIL WITH THE SUBJECT LINE: W91ZLK-25-Q-0020 QUOTE FROM (INSERT COMPANY NAME). All evaluated quotes shall be rated Technically Acceptable or Unacceptable. To be considered for an award, a rating of acceptable must be achieved in each factor. Offerors shall clearly articulate the technical approach (including risks and contingencies) for performing the work, an understanding of the requirement, and the capacity to perform the following services. All quotations from responsible sources will be fully considered. Offerors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Offerors may register with SAM by going to www.sam.gov The offeror shall include a point of contact name and contact information, company CAGE code, UEI number, and TIN. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. SUBMISSION PROCEDURES: All questions regarding this solicitation must be submitted to the Contracting Officer Nikeena Brown and the Contract Specialist Julius Wood via email no later than 12:00 p.m. Eastern Time, 29 May 2025, to julius.a.wood.civ@army.mil or nikeena.s.brown.civ@army.mil. Responses to this solicitation must be signed, dated, and received no later than 15:00 or 3:00 p.m. Eastern Time, 5 June 2025. Responses must be sent by email directly to the Contracting Officer Nikeena Brown and the Contract Specialist Julius Wood julius.a.wood.civ@army.mil or nikeena.s.brown.civ@army.mil. Primary Point of Contact: Julius Wood Contract Specialist julius.a.wood.civ@army.mil LIST OF ATTACHMENTS: Combined Synopsis/Solicitation Statement of Work � Contains Equipment List Contract Provisions and Clauses NO TELEPHONE INQUIRES WILL BE HONORED
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0298c0206e914ef19b90291cafbc68d7/view)
- Place of Performance
- Address: Gunpowder, MD 21010, USA
- Zip Code: 21010
- Country: USA
- Zip Code: 21010
- Record
- SN07450823-F 20250523/250521230043 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |