Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

61 -- Uninterruptible Power Supplies (UPS)

Notice Date
7/20/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S807Q0046
 
Response Due
7/27/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for the purchase of 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 so licitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number W911S8-07-Q-0046 is applicable and is issued as a request for quotations. The solicitation and incorporated provisions and clauses are those in eff ect through Federal Acquisition Circular 2005-18 and DCN 20070531. This requirement is UNRESTRICTED with a NAICS Code of 335999 and a corresponding size standard of 500 employees. The description of the commercial item is Uninterruptible Power Supplies ( UPS). Delivery shall be no later than September 30, 2007. A copy of the award document shall be distributed to the DOL Central Receiving Point, Fort Lewis, WA 98433-9500. Acceptance will be at the destination. FOB point is destination. Low Priced Technically Acceptable: In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performan ce. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced of fer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This meth od will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. Once the Contracting Officer has decided to whom an order will be issued, a unilateral order will be issued using a SF 1449. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraphs (g) and (h) of FAR 52.212-1 are deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. Local Fort Lewis clauses 52.111-4004, Electronic Commerce; 52.111-4131, Commercial Vehicle Access to Fort Lewis  Fast Access Gate Program; 52.111-4133 Commercial Vehicle Access to Fort Lewis apply to this acquisition. Local clause 52.111-4004 states: In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. (E nd of clause) Local clause 52.111-4131 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). (a) Unless the contractor volunta rily participates in the Fast Access Gate Program (see the clause entitled Identification Of Contractor's Employees  Fast Access Gate Program), commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I-5) a nd the D Street Gate when those gates are operational. The Logistics Center Gate is open for commercial vehicle traffic from 0530-2130 hours Monday  Friday. The gate is closed all weekends and federal holidays The D Street Gate is open for commercial ve hicle traffic from 0530-1330 Monday thr ough Friday, excluding federal holidays. These gates are open for inbound commercial vehicle access and inspection. In the event both the Logistics Center Gate and the D Street Gate are closed, commercial vehicles must use the Madigan Gate (Exit 122 fro m I-5). Madigan Gate is open 24 hours per day everyday. All commercial vehicles will be searched. The Contractor should anticipate delays in getting commercial vehicles on post. The Contractor must also allow additional time for commercial vehicles to r each their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given p riority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5 inch clearance) will require a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in height and that they will require access to North Fort Lewis. The driv er will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedures as explained to them for access to North Fort Lewis. (b) If th e contractor participates in the Fast Access Gate Program, contractor vehicles may enter the installation through any fast access gate lane without being routinely subjected to a vehicle inspection, except at Force Protection Level Charlie or Delta. Durin g Force Protection Level Charlie or Delta, all contractor vehicles must enter through the Logistics Center gate or the D Street Gate. If both of those gates are closed then the commercial vehicles will use the Madigan Gate. All passengers in the contract or vehicle must have a fast access identification card; otherwise, the contractor vehicle must enter through the Logistics Center Gate, D Street Gate, or the Madigan Gate, as appropriate per the hours in (a) above and obtain visitor passes. Fast Access gate lanes are available at the Main (Liberty) Gate, the 41st Street Gate (North Fort Lewis), the East Gate, the DuPont Gate, the D Street Gate, the Logistics Center Gate, and the Madigan Army Medical Center Gate. Fast Access lanes are planned for the Ra inier Gate, the Transmission Line Gate, and the Scouts Out Gate. The contractor shall use only those lanes specifically marked as fast access lanes. (c) If the Fast Access Gate Program is terminated for any reason, the contractor will be allowed access only through the Logistics Center Gate or the D St. Gate or, when they are closed, the Madigan Gate unless the contractor is otherwise notified by the Contracting Officer. (End of clause) Local clause 52.111-4133 states: Procedures for commercial vehicle access to Fort Lewis are subject to change without prior notice. Current access information may be obtained by calling 1-877-RAPIDGATE (1-877-727-4342). The following procedures apply if the Fast Access Gate Program is terminated or expires. See the clause entitled Commercial Vehicle Access To Fort Lewis  Fast Access Gate Program. Commercial vehicle access to Fort Lewis will be allowed only at the Logistics Center Gate (Exit 123 from I -5) and the D Street Gate when those gates are operational. The Logistics Center Gate is open for commercial vehicle traffic from 0530-2130 hours Monday  Friday. The gate is closed all weekends and federal holidays The D Street Gate is open for commerci al vehicle traffic from 0530-1330 Monday through Friday, excluding federal holidays. These gates are open for inbound commercial vehicle access and inspection. In the event both the Logistics Center Gate and the D S treet Gate are closed, commercial vehicles must use the Madigan Gate (Exit 122 from I-5). All commercial vehicles will be searched. A visitor pass must be obtained. The Contractor should anticipate delays in getting commercial vehicles on post. The Cont ractor must also allow additional time for commercial vehicles to reach their destination by driving through Fort Lewis. If the commercial vehicle is carrying a load of cement concrete or hot asphalt concrete for delivery, the driver shall notify the gate guard as soon as possible and request that the vehicle be given priority for being searched; however, the Government does not guarantee that the vehicle will be given priority. On weekends large vehicles (needing greater than 12'-5 inch clearance) will r equire a time stamped searched label to gain access to North Fort Lewis. Searched labels will be issued at the Main Gate, as appropriate. Drivers needing access to North Fort Lewis must inform the gate guard that their vehicle is over 12'-5 inch in heigh t and that they will require access to North Fort Lewis. The driver will receive a briefing on proper procedures and a searched label. The Contractor shall ensure that its drivers, including drivers of subcontractors at any tier, comply with the procedur es as explained to them for access to North Fort Lewis. (End of clause) Quoters are required to submit completed copies of the provisions at FAR 52.212-3 and its ALT I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items with their q uotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222. 21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnish ed by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its q uote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Clause FAR 52.252-2, Clauses Incorporated By Reference, is applicable and states: 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 m ake their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil . (End of clause) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable, to include under paragraph (a) 52.203-3 and the following clause in paragraph (b): 2 52.225.7001. The following are the minimum salient characteristics. CLIN 0001 Uninterruptible Power Supplies (UPS). Quantity 20 Each. IHT1500RM-DI-Isol-FC-PFC Bright UPS; 150VA, 1050W; Auto select, 120VAC or 230VAC (-25% +15%); 50/60Hz; Input Power Factor Correction (0.99); Galvanic Input Isolation Transformer; 120VAC, + - 3%; 60Hz with Frequency Conversion; -15C to +50C; RS232 port, Opto-isolated; Batteries: 5 each; 12V7AH (60VDC); Runtime: Approximately 9-10 minutes with 1000W load; 3U, 5 1/4 inch H x 19 inch W x 23 inch D; Automati cally shall adjust to operate on Japanese, Thai, Korean, Taiwan, and U.S. power. UPS shall be able to operate as low as 85 volts to as high as 260 volts and 45 Hertz to 65 Hertz. Capable of operating on a 15 amperes breakered circuit (standard U.S. outle t). It is unacceptable to require a 20 amperes circuit. Device shall support at least 1000 watts of equipment or 1500VA. Device shall supply 120V volts, 60Hz, power for at least 9-10 minutes with a 1000W load; shall operate in high temperature environmen t; Replaceable batteries; Desirable for the unit to be rack mounted and military/ruggedized. MFR: IntelliPower Or equal. The complete text of the Federal Acquisition Circulars, DFARS Change Notices, and FAR and DFARS clauses and provisions are available at the following internet site: http://farsite.hill.af.mil or http://www.arnet.gov/far. Telephonic inquires will NOT be a ccepted. Quotes are due on July 27, 2007 at 10:00:00 A.M. Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Mrs. Darlene Anderson, darlene.anderson@us.army.mil Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. The combined synopsis/solicitation will be a vailable for download from the Fort Lewis Contracting Office web site at http://www.lewis.army.mil/doc. Requests for Quote. No numbered notes apply to this combined synopsis/solicitation.
 
Place of Performance
Address: ACA, Fort Lewis Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
Country: US
 
Record
SN01348197-W 20070722/070720224304 (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.