MODIFICATION
61 -- Uninterruptible Power Supply Extended Warranty
- Notice Date
- 5/25/2010
- Notice Type
- Modification/Amendment
- 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), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- F1T0DG0099A003
- Point of Contact
- Jennifer D. McCullough, Phone: 8508820322
- E-Mail Address
-
jennifer.mccullough@eglin.af.mil
(jennifer.mccullough@eglin.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for Uninterruptible Power Supply Extended Warranties as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, As supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The announcement number is F1T0DG0099A003. The North American Industry Classification System (NAICS) code for this acquisition is 811219 with a size standard of $7.0M. Please identify your business size in your response based upon this standard. This is a Total Small Business Set Aside. The requirement consists of the following items: CLIN 0001: One Year Extended Warranty. Uninterruptible Power Supply. Model NPower 100-130 Essential Service. 4-Hour response 24 hours/day. 7 days/wk. Includes: Emergency service labor and travel, Parts coverage (excluding batteries, air filters, and proactive full bank capacitor replacement), one semi-annual and one annual preventative maintenance service schedule by customer between 8AM and 5PM, Monday to Friday excluding national holidays. Tag Number 1435153. P/N: 37SA130C0C6BA08. Please include 2 option years. CLIN 0002: One Year Extended Warranty. Uninterruptible Power Supply. Model NPower 100-130 Essential Service. 4-Hour response 24 hours/day. 7 days/wk. Includes: Emergency service labor and travel, Parts coverage (excluding batteries, air filters, and proactive full bank capacitor replacement), one semi-annual and one annual preventative maintenance service schedule by customer between 8AM and 5PM, Monday to Friday excluding national holidays. Tag Number 1435154. P/N: 37SA130C0C6BA08. Please include 2 option years. CLIN 0003: One Year Extended Warranty. Uninterruptible Power Supply. Model NPower 100-130 Essential Service. 4-Hour response 24 hours/day. 7 days/wk. Includes: Emergency service labor and travel, Parts coverage (excluding batteries, air filters, and proactive full bank capacitor replacement), one semi-annual and one annual preventative maintenance service schedule by customer between 8AM and 5PM, Monday to Friday excluding national holidays. Tag Number 1435155. P/N: 37SA130C0C6BA08. Please include 2 option years. CLIN 0004: One Year Extended Warranty. Uninterruptible Power Supply. Model NPower 100-130 Essential Service. 4-Hour response 24 hours/day. 7 days/wk. Includes: Emergency service labor and travel, Parts coverage (excluding batteries, air filters, and proactive full bank capacitor replacement), one semi-annual and one annual preventative maintenance service schedule by customer between 8AM and 5PM, Monday to Friday excluding national holidays. Tag Number 1435156. P/N: 37SA130C0C6BA08. Please include 2 option years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-23. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; (JAN 99), 52.212-2, Evaluation-Commercial Items; (JAN 05) Technical capibility is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers; 52.212-4 Contract Terms and Conditions- Commercial Items; (OCT 03), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: • 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 fo 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; • 52.225-3, 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; • FAR 52.247-34 FOB Destination 52.233-2, Service of Protest;, 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I;(Jul 95), 52.223-11 Ozone-Depleting Substances; (MAY 01), 52.247-34, F.O.B Destination, (11/91), 52.252-2 Clauses Incorporated by Reference; (FEB 98), 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. 252.212-7001Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; (JUN 05), 252.225-7001 Buy American Act and Balance of Payment Program; (JUN 05), 252-232.7003, Electronic Submission of Payment Report, (JAN 04), 252.247-7023 Transportation of supplies by Sea, with Alt III; (MAY 02), 252.225-7002 Qualifying Country Sources as Subcontractors 252.247-7023 Transportation of Supplies by Sea (May 2002) Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Central Standard Time on 31 May 2010. The quote is at the discretion of the offeror. Send all packages to 96 CONS/PKBB, Attn: A1C Jennifer McCullough, 205 West D Ave. (Bldg 260), Eglin AFB, Florida 32542-5418, by facsimile to (850) 882-1680, or email at jennifer.mccullough@eglin.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0DG0099A003/listing.html)
- Place of Performance
- Address: Eglin AFB, FL, Eglin, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN02159961-W 20100527/100525235454-5158f1dfd50de59a6c0eea0ffb00443c (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 |