Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 17, 2013 FBO #4072
SOLICITATION NOTICE

J -- UPS and PDU Maintenance - Performance Work Statement - Wage Determination

Notice Date
1/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-R-0034
 
Archive Date
2/14/2013
 
Point of Contact
Laura E. Caravantes, Phone: 937-522-4527, Jan J Holbrook, Phone: 937- 522-4609
 
E-Mail Address
laura.caravantes@wpafb.af.mil, jan.holbrook@wpafb.af.mil
(laura.caravantes@wpafb.af.mil, jan.holbrook@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2005-2419 Rev 16_13 Jun 12 Performance Work Statement Dated 20 December 2012 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. The United States Air Force, Medical Treatment Facility, Wright-Patterson Air Force Base, Ohio requires a service contract for maintenance for one (1) Eaton 9390 100KVA/90KW three phase Uninterrupted Power Source (UPS) with two matching battery cabinets and three (3) Liebert Power Distribution Units (PDU). The solicitation number for this requirement is FA8601-13-R-0034 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, 27 August 2012. This acquisition will be 100% Small business Set-Aside under North American Industry Classification System Code 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Small Business Size Standard is $7,000,000. This RFQ has five Contract Line Items: CLIN 0001: One Year Preventative and Remedial Maintenance in accordance with the attached Performance Work Statement for one (1) UPS with two (2) matching battery cabinets and three (3) Liebert PDUs. CLIN 0002: Option Year 1 One Year Preventative and Remedial Maintenance in accordance with the attached Performance Work Statement for one (1) UPS with two (2) matching battery cabinets and three (3) Liebert PDUs. CLIN 0003: Option Year 2 One Year Preventative and Remedial Maintenance in accordance with the attached Performance Work Statement for one (1) UPS with two (2) matching battery cabinets and three (3) Liebert PDUs. CLIN 0004: Option Year 3 One Year Preventative and Remedial Maintenance in accordance with the attached Performance Work Statement for one (1) UPS with two (2) matching battery cabinets and three (3) Liebert PDUs. CLIN 0005: Option Year 4 One Year Preventative and Remedial Maintenance in accordance with the attached Performance Work Statement for one (1) UPS with two (2) matching battery cabinets and three (3) Liebert PDUs. Requirements Please see Attachment 1, entitled "Performance Work Statement (PWS)," dated 20 December 2012. Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in SAM at https://www.sam.gov and completing the on-line Representations and Certifications. Offers MUST also contain a complete description of services offered to clearly show services meets or exceeds the requirements in accordance with the PWS attached. The Contracting Officer will review offers based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. 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 following factors shall be used to evaluate offers: technical capability and price. The offers may be in any format but MUST include: 1) Proposing company's name, address, phone and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Quotation number & date 4) Item price 5) Shipping 6) Total price 7) Applicable discounts 8) Timeframe that the quote is valid 9) Delivery Schedule-FOB Destination shipping 10) Warranty Information (if applicable). 11) Completed FAR 52.212-3, Representations and Certifications. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.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/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of Provision) CLAUSES INCORPORATED BY REFERENCE 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards AUG 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Offeror Representations and Certification--Commercial Items DEC 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items NOV 2012 52.219-28 Post-Award Small Business Program Rerepresentation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 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 OCT 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items NOV 2012 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions JUN 2012 Wage Determination No. 2005-2419 Revision No. 16 Date of Revision 06/13/2012 attached is hereby incorporated into this contract. All offers and responses must be received no later than 12:01 PM, Eastern Standard Time on 30 January 2013. Submittal of offers in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of the resulting contract. Please email to laura.caravantes@wpafb.af.mil or send requested information to: AFLCMC/PZIOAB Attn: Laura Caravantes 1940 Allbrook Drive, Suite 3 WPAFB, OH 45433 Any questions should be directed to Laura Caravantes at (937)522-4527 or laura.caravantes@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-R-0034/listing.html)
 
Place of Performance
Address: Medical Treatment Facility, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02966214-W 20130117/130115234929-afeda455e845cc03437d52af3ec9f8e3 (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.