SOLICITATION NOTICE
J -- Deltec 9000 Uninterruptible Power System Maintenance
- Notice Date
- 3/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- JMD1115697
- Response Due
- 3/18/2011
- Archive Date
- 5/17/2011
- Point of Contact
- Jennifer Dunlap, 301-619-1347
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(jennifer.m.dunlap@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, 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 JMD:11:15697 issued as a Request for Proposal (RFP) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 12 and 13). Through USAMRAA, TRICARE Management Activities (TMA) Great Lakes IL Military Medical Support Office (MMSO) requires a maintenance support agreement for a Deltec 9000 UPS System. The maintenance support agreement will provide ready access to replacement parts and technical support in order to ensure 24/7 system availability for the Military Medical Support Office (MMSO) system users. All vendors capable of providing this service who are Eaton authorized resellers or Eaton Distributors are encouraged to compete by submitting a proposal. The maintenance support services are for continued life-cycle maintenance support for a Deltec 9000 Uninterruptible Power System. Maintenance provided by other than an Eaton authorized manufacturer could result in damage to this system and non-availability of replacement parts. This could result in MMSO's mission critical systems being unavailable to users. The Deltec 9000 UPS System enables MMSO to maintain the security and accreditation necessary to meet Information Assurance Vulnerability (IAVA) requirements in order to operate on a DoD network. Support will be provided on a 12 month base plus two 12 month options. Proposals must contain the following: -Evidence of certification to perform maintenance on Deltec 9000 UPS System. Contract financing is NOT provided for this acquisition. Proposals must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose proposal is conforming to the solicitation, will be most advantageous to the Government Lowest Price Technically Acceptable (LPTA). The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Evidence of certification to perform maintenance on TRANE equipment 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006); 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Sep 2009) The clauses that are check marked as being applicable to this purchase are: - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (June 1998); - 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010); - 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); - 52.222-41, Service Contract Act of 1965 (Nov 2007) [end fill in for 52.212-5]; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial; Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 52.203-3 Gratuities - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); [end fill in for 252.212-7001]; The following local clauses will be included in subsequent award. Full text versions are available upon request: Export Contract Act Compliance (Dec 2006) (USAMRAA) Contractor Identification (DEC 2005) (USAMRAA) Attachments to the announcement: 1.Statement of Work 2.Instructions to Offerors 3.Evaluation Criteria 4.Pricing Sheet All vendors capable of providing the support in attachments listed above, are invited to submit a proposal to the Contracting Officer within 15 calendar days from the date of this publication of this notice. Supporting evidence must be provided in sufficient detail to demonstrate the firm's capability to provide all required services. Questions and all proposal documents must be sent to Ms. Jennifer Dunlap via e-mail utilizing MS Word or.PDF File at jennifer.m.dunlap@us.army.mil. No telephone requests will be accepted. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/JMD1115697/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02392376-W 20110305/110303234400-9f717a491a3647f92da13bdc73acb495 (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 |