Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2009 FBO #2803
SOLICITATION NOTICE

65 -- LINE-INTERACTIVE UPS AND BATTERY PACK

Notice Date
7/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM2D1-09-Q-0368
 
Archive Date
8/4/2010
 
Point of Contact
Katie Hughes, Phone: 215-737-8560
 
E-Mail Address
Katie.Hughes@dla.mil
(Katie.Hughes@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Numbered notes 13 and 25 apply. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. SPM2D1-09-Q-0368 is being issued as a Request for Quote (RFQ) and is 100% unrestricted. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://acquisitions.gov/comp/far/loadmainre.html; http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html; http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm. The NAICS code is 335999, with a small business size of 500 employees. This is a Full and Open Competition requirement. All responsible sources may submit a quote that if timely received shall be considered by the agency. The Defense Supply Center Philadelphia request responses from qualified sources capable of providing 8 each Line-interactive UPS BRAND NAME OR EQUAL to APC part # SUA2200RMXL3U (package containing 2200VA rack mountable UPS, CD software, Rack Mounting support rails, signaling RS 232 cable, USB cable, and user manual) and 8 each Battery Packs BRAND NAME OR EQUAL to APC SUA48RMXLBP3U with the following salient characteristics: Line-interactive UPS salient characteristics: 1. NEMA 5-20P Plug/connector type 2. Receptacles: 9 X NEMA 5-15R-Battery/ Surge-protected, 2 X Nema 5-20R-Battery/ Surge-protected. 3. Interfaces/Ports: DB-9 RS-232 Serial, USB 4. SNMP Manageable Optional 5. Batteries must be spill proof, maintenance free sealed lead acid; user-replaceable hot-swappable. 6. At a minimum must have a backup/run time: 8.2 minute 1850w full load, 29.4 minute 925W half load. 7. Typical battery recharge time of approximately 3 hours 8. Minimum load capacity of 2200VA/1850W 9. Input Voltage of 110V AC 10. Input Voltage Range: 120V AC Nominal, 82V AC to 147V AC mains Operation, 75V AC to 154V AC adjustable mains operation. 11. Output Voltage of 120V AC Nominal 12. Form Factor of 3U rack-mountable 13. Dimensions not to exceed 5.25” Height X 19” Width X 26” Depth 14. Weight not to exceed 124 lbs 15. Requires a minimum 2 year warranty. UPS Battery Pack salient characteristics: 1. Must be compatible with 8 line-interactive UPS supplied 2. Must have an average battery life of 3 to 5 years. 3. Output voltage: 48V DC 4. Dimensions not to exceed: 5.24” Height X 19.02” Width X 25.98” Depth 5. Weight not to exceed 140.3 lbs. FOB Destination. EXPEDITED DELIVERY IS REQUESTED at no additional cost or obligation to the government. Therefore, vendors submitting a response should provide their best estimated delivery time from the date of the award. Delivery (of 1 each line-interactive UPS and 1 each UPS Battery Pack) will be requested to the following addresses: 1. Holloman AFB 49th Medical Logistics/DDRS Project 220 First Street, Bldg 12 Holloman AFB, NM 88330 2. Laughlin AFB 47th Medical Logistics/DDRS Project 590 Mitchell Boulevard, Bldg 375 Laughlin AFB, TX 78843-524 3. Luke AFB 56th MDSS/SGSLM/DDRS Project 7219 N Litchfield Rd, Bldg 1130 Luke AFB, AZ 85309 4. Columbus AFB 14th Medical Logistics/DDRS Project 201 Independence Dr, Suite 109 Columbus AFB, MS 39710-5300 5. McGuire AFB 87th Medical Logistics/DDRS Project 3458 Neely Road McGuire AFB, NJ 08641 6. Cannon AFB 27th Medical Logistics/DDRS Project 208 W Casablanca Ave, Bldg 1400 Cannon AFB, NM 88103 7. Seymour Johnson AFB 4th Medical Logistics/DDRS Project 1050 Jabara Ave, Bldg 2800 Seymour Johnson AFB, NC 27531-5300 8. Charleston AFB 37th Medical Logistics/DDRS Project 105 Arthur Drive, Bldg 1001 Charleston AFB, SC 29404-4704 Inspection/Delivery/Acceptance all at above addresses. All clauses shall be incorporated by reference in the order 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 these address(es): FAR: http://www.acquisition.gov/far/ DFARS: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html DLAD: http://www.dla.mil/j-3/j-3311/DLAD/DLADrev5.htm Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-2 Evaluation—Commercial Items; FAR 53.252-1 Solicitation Provisions Incorporated by Referenced (FEB 1998); FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998); FAR 52.252-5 Authorized Deviation in Provisions (APR 1984); FAR 52.252-6 Authorized Deviation in Clauses (APR 1984); FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items Addendum to 52.212-4: The following paragraph(s) of 52-212-4 are amended as indicated below: 1. Paragraph(m), Termination for Cause. Delete paragraph(m) in its entirety and substitute the following: (m) Termination for Cause. The Government may terminate this contract, or any part hereof, for cause in the event of any default by the Contractor, or if the Contractor fails comply with any contract terms and conditions, or fails to provide the Government upon request, with adequate assurances of future performance. In the event of termination for cause, the Government shall not be liable to the Contractor for any amount for supplies or services not accepted, and the Contractor shall be liable to the Government for any and all rights and remedies provided by law. If this contract is terminated in whole or in part for cause, and the supplies or services covered by the contract so terminated are repurchased by the Government, the Government will incur administrative costs in such repurchases. The Contractor and the Government expressly agree that, in addition to any excess costs of repurchase, or any other damages resulting from such default, the Contractor shall pay, and the Government shall accept, the sum of $1155.00 as payment in full for the administrative costs of such repurchase. This assessment of damages for administrative costs shall apply for any termination for cause following which the Government repurchases the terminated supplies or services together with any incidental or consequential damages incurred because of the termination. If it is determined that the Government improperly terminated this contract for default, such termination shall be deemed a termination for convenience. 2. Paragraph(t), Central Contractor Registration(CCR) Add the following paragraph: (5)Definitions. "Central Contractor Registration (CCR) Database" means the primary Government repository for contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) Code means - (a) A code assigned by the Defense Logistics Information Service (DLIS) to identify a commercial or Government entity; or (b) A code assigned by a member of the North Atlantic Treaty Organization that DLIS records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Number System (DUNS) Number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D & B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) Number" means the DUNS number assigned by D & B plus a 4-character suffix that may be assigned by a business concern. (D & B has no affiliation with this 4-character suffix) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11 of the Federal Acquisition Regulation) for the same parent concern. "Registered in the CCR Database" means that - (a) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; (b) The Contractor's CAGE code is in the CCR database; and (c) The Government has validated all mandatory data fields to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service, and has marked the records "Active." The Contractor will be required to provide consent for TIN validation to the Government as part of the CCR registration process. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR/DFAR/DLAD clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.203-7000, Request Relating to Compensation of Former DoD; 52.203-7002, Request to Inform Employees of Whistleblower; 52.204-7, Central Contractor Registration; 52.207-04, Economic Purchase Quantity Supplies; 52.209-06, Protecting the Governemnts Interest When Sub With; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor Cooperation with Authorities and Remedies; 52.222-20, Walsh-Healey Public Contracts Act; 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; 52.222-50 Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.225-18, Place of Manufacture (SEPT 2006) (a) Definitions. As used in this clause— “Manufactured end product” means any end product in Federal Supply Classes (FSC) 1000-9999, except— (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. “Place of manufacture” means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly— (1) ____ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ____ Outside the United States. 52.225-20, Prohibition On Conducting Restricted Business Operations in Sudan; 52.232-01, Payments; 52.232-08, Discount for Prompt Payment; 52.232-11, Extras; 52.232-25, Prompt Payment; 52.232.33, Payment by Electronic Funds. Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFP response. 52.204-07, Central Contractors Registration; 52.204-08, Annual Representations and Certs; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (SEP 2006); 252.204-7003, Control of government Personnel Work; 252.204-7004, Alternate A (52.204-7 Required CCR); 252.204-7007, Alternate A, Annual Representations and Certs; 252.211-7005, Sub For Military Or Fed Specification and Standards; 252.211-7006, Radio Frequency Identification (FEB 2007) DFARS; 52.211-9002, Priority Rating; 52.211-9003, Cond For Eval Of Offers Of Government Surplus Material; 52.211-9010, Shipping Label Requirements –MIL-STD-129P (MAY 2006) ALT I (AUG 2005); 52.211-9014, Contractor Retention of Traceability; 52.211-9022, Superseded Part – Numbered Items (AUG 2007) DLAD; 52.211-9023, Substitution of Item After Award (AUG 2007) DLAD; 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003) DFARS; 52.232-17 Interest (JUN 1996); 252.232-7010 Levies on Contract Payments (DEC 2006) DFARS; 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop Work Order (AUG 1989); 52.242-17, Government Delay of Work; 52.243-01, Changes-Fixed Price; 52.244-06, Subcontracts For Commercial Items; 52.247-9012 Requirements for Treatment of Wood; Packaging Material (WPM) (JUL 2006) DLAD; 52.248-01, Value Engineering; FAR 52.211-5, Material Requirements; FAR 52.211-6, Brand Name or equal; FAR 52.211-14, Notice Of Priority Rating For Natl Defense; FAR 52.211-15, Stop Work Order; FAR 52.212-9000, Changes in Military Readiness; FAR 52.214-34, Submission of Offers In The English Language; FAR 52.211-9010 ALT I, Shipping Label Requirements Mil-Std-129; FAR 52.247-9012, Requirement for Treatment of Wood; FAR 52.211-9022, Superseded Part-Numbered Items; FAR 52.211-9023, Substitution of Item After Award; FAR 52.211-17, Delivery of Excess Quantities; FAR 52.246-9007, Inspection and Acceptance at Destination; FAR 52.246-9019, Material and Inspection Report; FAR 52.246-9039, Removal of Government ID From Non-Accepted Supplies; FAR 52.247-34, F.O.B. Destination; FAR 52.219-28, Post-Award Small Business Program; FAR 52.239-9000, Y2K Compliance Notice; FAR 52.246-9P38, Warranty of Supplies (Commercial Items); DLAD 52.246-9053 Commercial Warranty; FAR 52.252-01, Solicitation Provision Incorporated By; FAR 52.252-02, Clauses Incorporated by Reference; FAR 52.252-05, Authorized Deviations In Provisions; FAR 52.252-06, Authorized Deviations in Clauses; FAR 52.253-01, Computer Generated Form; FAR 52.233-01, Disputes; FAR 52.233-03, Protests After Award FAR 52.233-04, Applicable Law For Breach of Contract Claim; FAR 52.233-9000, Agency Protests; FAR 52.233-9001, Disputes: Agreement To Use ADR; FAR 52.211-9011, BSM Delivery Terms and Evaluation; DLAD 52.215-9016 Notice to Contractors and Defense Finance Accounting Services (DFAS); DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items, In compliance with said clause, following additional clauses apply: 252.227-7015, Technical Data Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7001, Pricing Of Contract Modifications; 252-246-700, Material Inspection and Receiving Report; 252.247-7023, Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.246-7003, Notification of Potential Safety Issues Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of quotes meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offerors total price for all line items as delivered to the 8 CONUS AFB military shipping address listed above. The following factors shall be used to evaluate offers in descending order of importance: 1. Technical Features Meeting/Exceeding Minimum Requirements 2. Price (all clins shall be priced – 16 clins in total; each delivery address shall have a price for the UPS and for the battery pack). The offerors initial quote shall contain the offerors best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. Quoting Instructions: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of the quote. Additionally, the vendor shall fully explain their ability to meet the requirements from above. Shipping shall be FOB Destination. The quote shall specify the Total Price. Quotes will be evaluated for Completeness (all items are to be priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price contract. Offerors shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. Other Administrative Instructions: Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; provide DUNS number; Cage Code and TIN. The following information will be mandatory on your quote: correct RFQ number, vendor legal name and address (same as it appears in the Central Contractor’s Registration), telephone and fax numbers, point of contact, DUNS numbers, Cage Code, Tax ID number, business size and HubZone representation, and any completions required as stated above. Quotes shall be submitted by email or fax to Katie Hughes at Katie.Hughes@dla.mil/ Fax: (215) 737-8002. Quotes are due by 11:00 AM Eastern Time on 04 August 2009. Any questions must be addressed to Katie Hughes by email only no later then 10:00 AM EST on 03 August 2009. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-09-Q-0368/listing.html)
 
Place of Performance
Address: Each of the 8 Airforce delivery addresses listed above., United States
 
Record
SN01890475-W 20090730/090729000559-5fed08fd083b744b485aaddeea231ff3 (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.