Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SOLICITATION NOTICE

61 -- Uninterruptible Power Supply Brand Name or Equal

Notice Date
9/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1T0AW7201A001
 
Response Due
9/11/2007
 
Archive Date
12/11/2007
 
Description
This is a Brand Name or Equal solicitation. The 96 Contracting Squadron, 96 CONS/MSCBS at Eglin AFB, Florida intends to solicit, negotiate, and award a Firm-Fixed Price contract for a Liebert Npower Three Phase Uninterruptible Power Supply, BRAND NAME OR EQUAL. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T0AW7201A001. The North American Industry Classification System (NAICS) code for this acquisition is 335999, with small business standard size 500 employees. Please identify your business size in your response based upon this standard. This requirement is for: CLIN 0001: ONE (1) EACH, N POWER THREE PHASE UNINTERRUPTIBLE POWER SUPPLY. LIEBERT P/N: 37SA050C0C6EA42, BRAND NAME OR EQUAL. CLIN 0002: ONE (1) EACH, BATTERY POWER PACK RATED FOR 28 MINUTES AT A 40K W LOAD. LIEBERT P/N: 37BP050XPJ1BNL, BRAND NAME OR EQUAL. CLIN 0003: TWO (2) EACH, POWERSURE PANEL TRANSIENT VOLTAGE SURGE SUPPRESSOR SYSTEM. LIEBERT P/N LPL120Y25-2, BRAND NAME OR EQUAL. CLIN 0004: ONE (1) EACH, POWERSURE PANEL TRANSIENT VOLTAGE SURGE SUPPRESSOR SYSTEM. LIEBERT P/N LPL120Y100, BRAND NAME OR EQUAL. CLIN 0005: START UP SERVICE PACKAGE AND ONE YEAR WARRANTY. For questions, contact Connie Battaglini by email only, connie.battaglini@us.af.mil. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-19 effective 17 August 2007. FAR 52.211-6, Brand Name or Equal, which reads as follows: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as Brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by: (i) Brand name, if any; and (ii) Make or model number; Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) 52.219-28 Post-Award Small Business Program Rerepresentation. As prescribed in 19.308(d), insert the following clause: Post-Award Small Business Program Rerepresentation (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts: (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors -?? Commercial Items; FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government?s needs); FAR 52.212-3, Offerors Representations and Certifications Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: 52.233-3, Protest After Award; 52.233-3, Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 96 CONS/MSCB, ATTN: Contracting Officer, 205 West D Ave, Suite 541, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision); 52.247-29, F.O.B. Origin; or 52.247-34, F.O.B Destination; 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: 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 this/these address(es): 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, incorporating the following: FAR 52.203-3, Gratuities; DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 3:00 PM., Central Time on 11 September 2007. Anticipated award date is three days after this due date. Send all quotes to 96 CONS/MSCBS, Attn: Connie Battaglini, 205 West D. Ave, Suite 541, Eglin AFB, Florida 32542-6862; or by facsimile to (850) 882-1680 or e-mail at connie.battaglini@us.af.mil.
 
Place of Performance
Address: EGLIN AFB FL
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01398776-W 20070909/070907221407 (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.