Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2009 FBO #2829
SOLICITATION NOTICE

61 -- Electric Wire & Power Distribution Equipment

Notice Date
8/21/2009
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
N00178 NAVAL SURFACE WARFARE CENTER Dahlgren Division 17362 Dahlgren Road Suite 157 Dahlgren, VA
 
ZIP Code
00000
 
Solicitation Number
N0017809R3053
 
Response Due
8/28/2009
 
Archive Date
9/28/2009
 
Point of Contact
Phillip Makely 540-653-6810 Phillip Makely,Voice: 540-653-6810,Fax: 540-653-4089
 
Small Business Set-Aside
N/A
 
Description
This synopsis is posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Navy Electronic Commerce On Line (NECO) site located at http://www.neco.navy.mil. While it is understood that FBO is the single point of entry for posting of synopsis and solicitations to the internet, NECO is the alternative in case FBO is unavailable. Please feel free to use either site to access information posted by the Naval Sea Systems Command. Description. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subparts 12.6 and 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: proposals are being requested and a written solicitation will not be issued. The solicitation number is N00178-09-R-3053, and it is being issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, effective 11 August 2009 and Defense Acquisition Circular DCN 20090729, effective 29 July 2009. NAICS Code 238210 applies and the size standard is $14 million in annual revenue. The Naval Surface Warfare Center, Dahlgren Division intends to purchase on a sole source basis technical upgrade and refresh for the Uninterrupted Power Supply currently used for supplying continuous power between loss and emergency generator recovery for key laboratory spaces. The sole source supplier for this task is UpTime Solutions whose offices are located at 3807 Gaskins Road, Richmond, VA, 23233. The purchase will be awarded on a Firm Fixed Price basis and will serve to acquire the following devices and services: CLIN 0001: Upgrade the Uninterruptable Power Supply system that supplies back up power for twenty-one NSWCDD Labs and facilities that utilize complex power schemes to operate mission oriented equipment and computers. The task involves removal of two 75 kilovolt-ampere (kva) systems and their proper disposal as well as the installation of one replacement UPS system rated at 200 kva. The installation shall adhere to a pre-determined NSWCDD power distribution plan. The installation shall also accomplish the installation of new wiring and conduit in accordance with a pre-determined NSWCDD plan/drawing. The work performed shall also include installation of a new external maintenance bypass switch. In accordance with FAR Part 6.302-1(a)(iii), no other UPS installation firm will satisfy the Government's technical requirements because this acquisition is a follow on order to continue and expand upon continued provision of highly specialized services and products already provided by UpTime Solutions. Further, continuation of the incumbent supplier avoids the duplication of costs already incurred by the Government (estimated as 50 man hours of engineering and technician work) that could not be recovered, avoids unacceptable delays in fulfilling mission requirements and time sensitive operational support for Navy Systems Commands (SYSCOMs), and greatly lowers the probability of design and installation errors. Clauses and Provisions The Federal Acquisition Regulations (FAR) and Department of Defense Federal Acquisition Regulations (DFARS) provisions and clauses referenced by this solicitation can be found in full text at http://www.farsite.hill.af.mil. This solicitation incorporates, by reference, the following FAR and DFARS provisions and clauses: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial items. Factors used to evaluate the offer are: (1) technical capability to meet the Government requirement (2) price (3) past performance. Award will be made on a sole source basis to UpTime Solutions. 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 (APR 2009)(DEVIATION);FAR 52.203-13 Contractor Code of Business Ethics and Conduct, FAR 52.203-15 Whistleblower Protection under the American Recovery! and Reinvestment Act of 2009; FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor- Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-54 Employment Eligibility Verification, FAR 52.223-15 Energy Efficiency in Energy-Consuming Products, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisition o! f Commercial Items subparagraphs a)(52.203-3), (b)(252.203-7000),(b)(252.225-7001),(b)252.225-7008 Restriction on Acquisition of Specialty Metals b)252.232-7003),(b)(252.243-7002),(b)(252.247-7023),(b)(252.247-7024); DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; Additionally, DFARS Clause 252.211-7003 entitled "Unit Identification and Valuation" (AUG 2008) will be included in the resultant contract. AWARD: All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, with their quotes. The offeror shall convey all standard manufacturer commercial warranties to the buyer. Delivery of the product is required no later than 4 weeks after issuance of contract. Proposal based upon FOB destination, complete with estimated delivery dates and warranty information must be submitted via email to phillip.makely@navy.mil or fax to 540-653-6810 and must reference Solicitation Number N00178-09-R-3053. Closing time and date is 12:00 noon on 28 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017809R3053/listing.html)
 
Record
SN01922360-W 20090823/090822004051-c08b9c20585a2b1cef0763e8586c2a87 (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.