Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOLICITATION NOTICE

61 -- UPS Modular Battery Replacement, Annual Maintenance & Warranty Service Plan - Solicitation Package

Notice Date
6/27/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS/Acquisition & Procurement Office - Kent St., 1777 Kent Street, Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
PFPA4911014BASIC
 
Archive Date
7/26/2011
 
Point of Contact
Robin Castoldi, Phone: 7035888234
 
E-Mail Address
robin.castoldi@whs.mil
(robin.castoldi@whs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CLIN Schedule PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is PFPA4911014BASIC; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52. This acquisition is a 100% Total Small Business set-aside; the North American Industry Classification System (NAICS) code is 811212. The business size standard is $25 million. The Federal Supply Class (FSC) is 7035. The Washington Headquarters Service, Acquisition Directorate (WHS/AD) Department of Defense, 1155 Defense Pentagon, Washington, DC 20301 intends to purchase a 3-Year Annual Preventive Maintenance and Warranty Service Plan and Modular Battery Replacement Service for an APC InfrastuXure Type B 40kW, Symmetra PX UPS System. The specific items requested are contained in the attached PWS and CLIN Schedule. The Government anticipates awarding one firm fixed price purchase order to the Lowest Priced/Technically Acceptable offeror. The following factors, listed in order of importance, will be used to evaluate quotes: (1)Technical Acceptability (2)Price (1) Technical Acceptability In order to be considered technically acceptable, the vendor must be an APC Certified Service Sales Partner. Vendors must provide a copy of their Reseller Certificate in order to verify that they meet this rerquirement. The Government is not responsible for locating or obtaining any information not provided in the quote. Offerors will receive a rating of "Technically Acceptable" or "Technically Unacceptable". Any offeror who receives a "Technically Unacceptable" rating will be eliminated from the competition and no longer considered for award. (2) Price The total price will be a determining factor after Technical Acceptability is determined. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors shall submit the attached CLIN Schedule, complete with the quoted prices. Additional Information: Quotes must be submitted to the point of contact (POC) for this requirement, Contract Specialist, Robin Castoldi, at robin.castoldi@whs.mil and must be received by 3:00 PM EDT on Monday, July 11, 2011. ONLY e-mailed quotes will be accepted. Contractors are responsible for verifying receipt of their quotes. Quotes must be firm fixed priced, and include all quantities listed, all or none. Inspection and Acceptance shall be at destination. Offerors shall include Tax Identification Number, CAGE code, DUNS number, Warranty Terms, and Delivery After Receipt of Order stated on their quote. The following clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate quotes and make a selection based on the lowest priced, technically acceptable quotation meeting the specified salient characteristics. The order of importance when evaluating quotations is as follows: technical acceptability is more important than price. FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. FAR 52.222-22 Previous Contracts and Compliance Records. FAR 52.222-25 Affirmative Action Compliance. FAR 52.222-26 Equal Opportunity. FAR 52.252-1 Solicitation Provisions Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviation in Provisions, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.204-7 Central Contractor Registration. FAR 52.212-4 Contract Terms and Conditions - Commercial Items will be incorporated into any resultant contract by reference. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies. FAR 52.232-23 Assignment of Claims. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 FOB Destination. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 (Alt A) Required Central Contractor Registration Alternate A. DFARS 252.212-7001(Dev) Contract Terms and Conditions DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247.7023 Transportation of Supplies by Sea (Alt III). FAR 52.222-50 Combating Trafficking in Persons. FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). FAR 52.219-28 Post-Award Small Business Program Representation, with the following fill-in: NAICS Code 811212 assigned to contract number TBD. FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-36 Affirmative Action for Workers with Disabilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/PFPA4911014BASIC/listing.html)
 
Place of Performance
Address: 9000 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN02483410-W 20110629/110627235014-be266323c3effffde1dd3e8f0113484b (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.