Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2008 FBO #2358
SOLICITATION NOTICE

J -- Maintenance and Repair of Uninterrupted Power Supply (UPS) and Associated Equipment

Notice Date
5/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W81GYE-08-T-0041
 
Response Due
5/22/2008
 
Point of Contact
Joyce R. Koon, 904-696-7104
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12 and evaluated in accordance with FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The combined synopsis/solicitation number is W81GYE-08-T-0041. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 05-25. This requirement is a Small Business Set Aside. The associated NAICS code is 335999 and the Business Size Standard is 500. The Government contemplates award of a firm-fixed priced contract. Period of performance is for a one base year and four on-year renewal option periods. Description of requirement: Requirement is for maintenance and preventive service support of one Liebert NPower 100k Uninterrupted Power Supply (UPS), one Caterpillar Generator and Engine, one Liebert Maintenance Bypass Cabinet (MBP), two Liebert Battery Power Packs, two HVAC Systems and one IMS Comm Package Monitoring Software located at 832nd Transportation BN, Jacksonville, FL. The two HVACs are in an environmental enclosure. Contractor shall provide all labor, parts, material, equipment transportation and supervision to accomplish maintenance/service on the uninterrupted power sources and other equipment. Liebert parts shall be used when replacement parts are needed. There will be a 24 x7 emergency service with on-site 4 -hour response time for the UPS, batteries and MBP. Preventive maintenance visits include 2 per year each on the UPS, IMS Comm Package Monitoring Software and generator/engine and 4 visits per year on each battery string, MBP, and HVAC units to include inspection and full documentation of visits. Contractor shall be Liebert certified and trained. The following provisions and clauses apply and are incorporated by reference: 52.212-1 Instructions to Offerors Commercial Items; 52.212-2 Evaluation commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) Offeror. The technical evaluation will be a determination based on information provided solely by the vendor. The Government is not responsible for locating or securing any information which in not identified in the offer. The Government reserves the right to award without discussions and to award on an all or none basis. 52.212-3 Offerors Representations and Certifications Commercial Items An offeror shall complete only paragraph (2) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. ; 52.212-4 Contract Terms and Conditions commercial Items; Addendum to 52.212-4; 52.212.-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items the following numbers apply: 5,16,17,18,19,21,24, and 36; 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable Defense Acquisitions of Commercial Items- the following numbers apply: 12(i) and 17. The following provision is also included: MANPOWER REQUIREMENT -The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering date; (5) Estimated direct labor hours ( including sub-contractors); (8) Predominant Federal Service Code (FSC) for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Note: Information from the secure website is considered to be proprietary in nature when the contract number and contractor identity are associated with direct labor hours and direct labor dollars. AT no time will any data be released to the public with the contractor name and contract number associated with the data. The full text of FAR and DFAR references may be accessed electronically at: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 2:00 PM, EST, 22 May 2008 via fax at 904-696-7189 or email to koonj@sddc.army.mil ATTN: Joyce Koon, Contracting Officer. Please ensure the solicitation number is the subject matter. All responsible quotes will be considered. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register by calling 1-800-334-3414 or online at www.bpn.gov/CCR. Questions concerning this RFQ contact Joyce Koon, Contracting Officer at koonj@sddc.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ae754ceaa5d09f69ca0e816e8f80ed4a&tab=core&_cview=1)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQA-FL, 8675 Maritime Street Jacksonville FL
Zip Code: 32226
 
Record
SN01570026-W 20080511/080509215452-ae754ceaa5d09f69ca0e816e8f80ed4a (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.