Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2009 FBO #2827
SOLICITATION NOTICE

61 -- Uninterruptible Power Supply (UPS) Battery Replacement IAW attached SOW - SOW - WD 05-2153 REV 10 - LOCAL CLAUSES

Notice Date
8/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Pacific, 477 Essex Street, Pearl Harbor, Hawaii, 96860-5815
 
ZIP Code
96860-5815
 
Solicitation Number
HC1019-09-T-0043
 
Point of Contact
Marisha K. Catian, Phone: 8084726680, Margaret Becker, Phone: 8084720282
 
E-Mail Address
marisha.catian@disa.mil, margaret.becker@disa.mil
(marisha.catian@disa.mil, margaret.becker@disa.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Local Clauses (additional contract terms and conditions) Wage Determination No. 2005-2153, Revision No. 10 Statement of Work This is a COMBINED SYNOPSIS/SOLICITATION for commercial items and services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on FEDBIZOPPS (https://www.fbo.gov/). The RFP number is HC1019-09-T-0043. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-36 and DFARS Change Notice 20090729. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://www.arnet.gov/far and http://farsite.hill.af.mil. This requirement is 100% set-aside for small business concerns. The NAICS code is 423610 and the Small Business Standard is 500 employees. No used/pre-owned/refurbished items are acceptable. The Defense Information Technology Contracting Organization, Pacific (DITCO-PAC), Pearl Harbor, Hawaii requests responses from qualified sources capable of providing the following: ITEM 0001: (INFO CLIN ONLY); UNINTERRUPTIBLE POWER SUPPLY (UPS) BATTERY REPLACEMENT FOR BANK# 2 IN ACCORDANCE WITH ATTACHED STATEMENT OF WORK (SOW). ITEM 0001AA: HARDWARE; UPS BATTERY REPLACEMENT (SEE ATTACHED SOW FOR DETAILS); QTY: 1 GROUP ITEM 0001AB: SERVICE; LABOR TO REMOVE/REPLACE/TEST (SEE ATTACHED SOW FOR DETAILS); QTY: 1 GROUP ITEM 0001AC: DISPOSAL (SEE ATTACHED SOW FOR DETAILS); QTY: 1 GROUP ITEM 0002: SHIPPING COSTS TO HAWAII (for batteries); QTY: 1 GROUP FOB Destination applies. Place of performance is Defense Information Systems Agency Pacific, Wright Ave., Building 745, Wheeler AAF, Wahiawa, HI 96786-0976. Please include estimated delivery lead time to FOB Destination point. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items (Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is low cost, technically acceptable); 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the applicable clauses of 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-28 Post Award Small Business Program Rerepresentation, 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, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Other than Central Contractor Registration, and 52.239-1Privacy or Security Safeguards, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act--Price Adjustment; 52.216-1 Type of Contract (The resultant contract will be a firm fixed price purchase order); 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-11 Ozone-Depleting Substances; 52.223-12 Refrigeration Equipment and Air Conditioners; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 252.225-7001 Buy American Act and Balance of Payment Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, and 252.247-7023 Alt III; 252.223-7001 Hazard Warning Labels; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: 52.204-9000 Points of Contact; 52.204-9001 Contract/Order Closeout - Fixed Price, Time-and-Materials, or Labor-Hours; 52.232-9000 Wide Area WorkFlow This announcement will close at 3:00 p.m. Hawaii Standard Time on 26 August 2009. Please submit quotes via e-mail to marisha.catian@disa.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Central Contractor Registration (CCR). Quoters 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/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTP/HC1019-09-T-0043/listing.html)
 
Place of Performance
Address: Defense Information Systems Agency Pacific, Wright Ave., Building 745, Wheeler AAF, Wahiawa, Hawaii, 96786-0976, United States
Zip Code: 96786-0976
 
Record
SN01917500-W 20090821/090820000106-48a6bf4086efac8eb09fab490c1cf643 (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.