SOLICITATION NOTICE
J -- UPS Battery Maintenance - Statement of Work (SOW)
- Notice Date
- 11/5/2013
- 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 Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3Z3515256AC01
- Archive Date
- 11/27/2013
- Point of Contact
- Johnathan, Phone: 7074247728
- E-Mail Address
-
johnathan.gales@us.af.mil
(johnathan.gales@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 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; proposals are being requested and a written solicitation will not be issued. This is a 100% small business set-aside. The solicitation number is F3Z3513256AC01; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-70 effective 30 September 2013; Defense DPN 20131031 effective 31 October 2013, and AFAC 2013-0827 effective 27 August 2013. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7,000,000. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 7699. Travis AFB has a requirement for a UPS Battery Maintenance Agreement. CLIN 0001 - Building 243 - S/N PD0542340198 Re-Cert preventative maintenance inspection 1-year Advantage Ultra 5x8 Onsite support 1-year 4-hour 7x24 response upgrade Period of Performance: 01 November 2013 - 30 September 2014 CLIN 0002 - Building 54 - S/N PD0535341684 Re-Cert preventative maintenance inspection 1-year Advantage Ultra 5x8 Onsite support 1-year 4-hour 7x24 response upgrade Period of Performance: 01 November 2013 - 30 September 2014 CLIN 0003 - Building 918 - S/N CM0419160347 Replacement Battery Kit Re-Cert preventative maintenance inspection 1-year extended warranty SU1400RMNET S/N WS9902004871 Replacement Battery Kit Re-Cert preventative maintenance inspection 1-year extended warranty SU1400RMNET S/N FS9916006481 Replacement Battery Kit Re-Cert preventative maintenance inspection 1-year extended warranty SU1400RMNET S/N WS9902009400 Replacement Battery Kit Re-Cert preventative maintenance inspection 1-year extended warranty Period of Performance: 01 November 2013 - 30 September 2014 CLIN 0004 - Building 902 Symmetra PX 40k VA UPS - S/N PD0635160110 Re-Cert preventative maintenance inspection 1-year Advantage Ultra 5x8 Onsite support 1-year 4-hour 7x24 response upgrade Period of Performance: 01 November 2013 - 30 September 2014 CLIN 0005 - Building 549 Emerson Network Power - Lead Acid Battery Re-Cert preventative maintenance inspection 1-year Advantage Ultra 5x8 Onsite support 1-year 4-hour 7x24 response upgrade Period of Performance: 01 November 2013 - 30 September 2014 Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards FAR52.212-1 Instructions to Offerors -- Commercial Items (June 2008). FAR 52.212-2 Evaluation -- Commercial Items FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (June 2008) FAR 52.212-4 Contract Terms and Conditions (October 2008) FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation (June 2007). FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities (February 1999). FAR 52.222-26 Equal Opportunity (March 2007). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-50 Combating Trafficking in Persons FAR 42.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.232-99 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contracts FAR 52.252-1 Solicitation Provisions to be Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7002 Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Products DFARS 252.204-7004 Alternate A - System for Award Management DFARS 252.232-7010 Levies on Contract Payments DFARS 252.247-7023 (Alt III) Transportation of Supplies by Sea DFARS 252.212-7001 (Dev) Contract Terms and Conditions Deviation (December 2008). 52.204-9 -- Personal Identity Verification of Contractor Personnel. (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government; (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employee's employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of clause, including this paragraph (d), in all subcontracts when the subcontractor's employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. (End of Clause) 52.212-2 -- Evaluation -- Commercial Items. 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 following factors shall be used to evaluate offers: Price ___________________________________________ 52.252-2 -- Clauses Incorporated by Reference 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:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) 52.252-6 -- Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of -(DEVIATION)‖ after the date of the clause. (b) The use in this solicitation or contract of any (DFAR 48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of -(DEVIATION)‖ after the name of the regulation. (End of Clause) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, and at Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Please send any questions to johnathan.gales@us.af.mil or fax to 707-424-7728 NO LATER THAN 08 November 2013, 04:00 PM, PST and offers NO LATER THAN 12 November 2013, 12:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is SSgt Gales, Contract Specialist, telephone 707-424-7728.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3515256AC01/listing.html)
- Place of Performance
- Address: Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN03228181-W 20131107/131106000257-f370304930f85a58e6cf3c0131df01db (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 |