Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2014 FBO #4506
SOLICITATION NOTICE

J -- Repair of Uninterruptable Power Supply (UPS) AC Capacitors and Filters - Package #1

Notice Date
3/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SP470314Q0026
 
Point of Contact
Jason K. Elliott, Phone: 804.279.3659, Sandra P. McGrory, Phone: (804) 279-5326
 
E-Mail Address
jason.elliott@dla.mil, sandra.mcgrory@dla.mil
(jason.elliott@dla.mil, sandra.mcgrory@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachments 3-6 per Solicitation DOL Wage Determination - Richmond, VA UPS Repair Statement of Work PDF Combined Synopsis/Solicitation Repair of Uninterruptable Power Supply (UPS) Capacitors and Filters: This is a combined synopsis/solicitation for commercial services 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 separate written solicitation will not be issued. The solicitation number SP470314Q0026 is issued as a request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24. For applicable clauses and provisions, refer to list of applicable clauses attached. The North American Industry Classification System (NAICS) Code is 811310. The small business size standard is $7,000,000. This acquisition is issued as Other Than Full and Open Competition. This is a sole-source requirement for Emerson Network Power, Liebert Services, Inc. This is a firm-fixed price contract. Partial proposals will not be accepted. Pricing for all line items must be submitted with the proposal. This service requirement is for replacement of AC and Filter Capacitors in Uninterruptable Power Supply (UPS) #1 located at the Defense Supply Center Richmond. Refer to Statement of Work attached for further details. The contractor must be registered in the System for Award Management (SAM) prior to award. SAM is the official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. If not already registered in SAM, go to www.sam.gov to register prior to submitting your proposal. Quotes are due by Closing Date: March 27, 2014, 2:00 PM, EST. Point of contact for this synopsis/solicitation is Mr. Jason Elliott at phone (804) 279-3659 and email at Jason.Elliott@dla.mil. Contracting Office Address: DLA Contracting Services Office Trailer 193 8000 Jefferson Davis Highway Richmond, VA 23297-5441 The following clauses are incorporated into this RFP: The following clauses are incorporated by reference for this requirement. For full text of the clauses, go to https://www.acquisition.gov/FAR/loadmainre.html or http://farsite.hill.af.mil/vffar1.htm. 52.212-01 INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS: Disregard references to the SF1449 in this provision; other instructions still apply. 52.212-02 EVALUATION -- COMMERCIAL ITEMS: The following evaluation criteria are included in paragraph (a) of that provision: The contracting officer will make award based on price and requirement stated in the Statement of Work/Performance Work Statement. 52.212-03 OFFEROR REP AND CERTS -- COMMERCIAL ITEMS 52.212-03 OFFEROR REP AND CERTS -- COMMERCIAL ITEMS ALT I 52.212-04 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS 52.212-05 CONTRACT T/C REQ TO IMP STAT OR EOS -- COMM ITEMS 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-50 Combating Trafficking in Persons 52.239-1 Privacy or Security Safeguard 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I 52.203-13 Contractor Code of Business Ethics and Conduct 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 52.219-28 Post Award Small Business Program Representation 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-54 Employment Eligibility Verification 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements 52.211-9069 Time of Delivery - Ordering Office DLAD 52.212-9004 Reference to UCF in Commercial Acquisitions DLAD 52.215-9016 Notice to Contractors and DFAS DLAD 52.219-28 Post-Award Small Business Program Representation 52.243-7 Notification of Changes 52.246-9039 Removal of Government ID from Non-accepted supplies DLAD 52.247-9012 Requirement for Treatment of Wood Packaging Material DLAD 52.247-9034 Point of Contact for Transpiration Instructions DLAD 52.249-9000 Administrative Costs for Procurement After Default DLAD 52.219-9004 Small Business Program Representations DLAD 52.237-9003 Site Visit Coordinator DLAD 52.203-6 Restrictions on Subcontractor sales to the Government & Alt 1 252.203-7000 Requirement Relating to Compensation of Former DoD Officials 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights under the National Labor Relations Act 252.211-7006 Passive Radio Frequency ID DFARS 52.211-9033 Packaging and Marking Requirement DLAD 252.201-7000 Contracting Officer's Representative DFARS 52.215-6 Place of Performance FAR 252.212-7001 CONT T/C REQ TO IMP STAT OR EXEC ORD APP TO ACQ OF COMM ITMS 252.246-700 Material Inspection and Receiving Report DFARS 52.246-04 INSPECTION OF SERVICES -- FP 52.246-9007 INSPECTION AND ACCEPTANCE AT DESTINATION 52.211-17 DELIVERY OF EXCESS QUANTITIES 52.242-15 STOP-WORK ORDER 52.242-17 GOVERNMENT DELAY OF WORK 52.247-34 FOB Destination 252.203-7002 REQT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS 52.204-02 SECURITY REQUIREMENTS 52.204-07 CENTRAL CONTRACT REGISTRATION 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT 252.204-7004 ALTERNATE A (52.204-7 REQUIRED CCR) 252.204-7005 ORAL ATTESTATION OF SECURITY RESPONSIBILITIES 52.204-9003 CONTRACTOR SECURITY REQUIREMENTS 52.204-9000 CONTRACTOR PERSONNEL SECURITY 52.209-9014 VEHICLE REGISTRATION AND OPERATIONS 52.223-05 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION 52.223-05 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION, ALT I 52.223-05 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION, ALT II 252.232-7010 LEVIES ON CONTRACT PAYMENTS 52.233-9001 DISPUTES: AGREEMENT TO USE ADR 52.239-9000 Y2K COMPLIANCE NOTICE 252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES 52.252-02 CLAUSES INCORPORATED BY REFERENCE 52.252-06 AUTHORIZED DEVIATIONS IN CLAUSES 52.215-05 FACSIMILE PROPOSALS 52.216-01 TYPE OF CONTRACT: FFP 52.233-9000 AGENCY PROTESTS 52.245-1 GOVERNMENT PROPERTY 52.223-1 BIOBASED PRODUCT CERTIFICATION 52.223-2 AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS 52.223-3 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA 52.223-4 RECOVERED MATERIAL CERTIFICATION 52.223-5 POLLUTION PREVENTION & RIGHT-TO-KNOW INFORMATION ALT I 52.223-7 NOTICE OF RADIOACTIVE MATERIALS 52.232-9 ESTIMATE OF PERCENTAGE OF RECOVERED MATERIAL CONTENT FOR EPA-DESIGNATED ITEMS 52.223-10 WASTE REDUCTION PROGRAM 52.223-11 OZONE-DEPLETING SUBSTANCES 52.223-12 REFRIGERATION EQUIPMENT AND AIR CONDITIONERS 52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS 52.223-16 IEEE 1680 STANDARD FOR THE ENVIRONMENTAL ASSESSMENT OF PERSONAL COMPUTER PRODUCTS (EPEAT) 52.223-17 AFFIRMATIVE PROCUREMENT OF EPA-DESIGNATED ITEMS IN SERVICE AND CONSTRUCTION CONTRACTS 52.223-19 COMPLIANCE WITH ENVIRONMENTAL MANAGEMENT SYSTEMS 252.223-7001 HAZARD WARNING LABELS 252.223-7004 DRUG-FREE WORK FORCE 252.223-7006 PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS DFARS 52.223-9000 MATERIAL SAFETY DATA SHEETS AND HAZARD WARNING LABELS 52.223-9001 ESTIMATE OF RE-REFINED OIL CONTENT 52.223-9004 FEDERAL INSECTICIDE, FUNGICIDE, AND RODENTICIDE ACT (FIFRA) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.209-6 Protecting the Government's Interest when subcontracting with contractors debarred, suspended, or proposed for debarment 52.209-10 Prohibition on Contracting with inverted domestic corporations 52.225-13 Restrictions on certain foreign purchases 52.201-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.216-24 Limitation of Government Liability 52.216-25 Contract Definitization 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification 52.232-1 Payments 52.233-2 Service of Protest 52.227-14 Data Rights 252.227-7025 GFI (Government Furnished Information) 52.232-9010 Accelerated Payments to Small Business 52.217-08 Option to Extend Services GREEN PROCUREMENT: All products proposed for use in, or requisitioned under this contract must conform to federal Green Procurement regulations as they relate to the Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines. These products include Energy Star or Federal Energy Management Program designated electronics; United States Department of Agriculture bio-based designated products; Electronic Product Assessment Tool designated electronics; alternative fuels and fuel efficiency; and non-ozone depleting substances. Such products must meet contract performance requirements, taking into consideration price, competition, and availability factors. 52.222-54 Employment Eligibility Verification. As prescribed in 22.1803, Insert the following clause: EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) (a) Definitions. As used in this clause- "Commercially available off-the-shelf (COTS) item"- (1) Means any item of supply that is- (i) A commercial item (as defined in paragraph (1) of the definition at 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. Per 46 CFR 525.1 (c)(2), "bulk cargo" means cargo that is loaded and carried in bulk onboard ship without mark or count, in a loose unpackaged form, having homogenous characteristics. Bulk cargo loaded into intermodal equipment, except LASH or Seabee barges, is subject to mark and count and, therefore, ceases to be bulk cargo. "Employee assigned to the contract" means an employee who was hired after November 6, 1986, who is directly performing work, in the United States, under a contract that is required to include the clause prescribed at 22.1803. An employee is not considered to be directly performing work under a contract if the employee- (1) Normally performs support work, such as indirect or overhead functions; and (2) Does not perform any substantial duties applicable to the contract. "Subcontract" means any contract, as defined in 2.101, entered into by a subcontractor to furnish supplies or services for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes and modifications to purchase orders. "Subcontractor" means any supplier, distributor, Contractor, or firm that furnishes supplies or services to or for a prime Contractor or another subcontractor. "United States", as defined in 8 U.S.C. 1101(a)(38), means the 50 States, the District of Columbia, Puerto Rico, Guam, and the U.S. Virgin Islands. (b) Enrollment and verification requirements. (1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall- (i) Enroll. Enroll as a Federal Contractor in the E-Verify program within 30 calendar days of contract award; (ii) Verify all new employees. Within 90 calendar days of enrollment in the E-Verify program, begin to use E-Verify to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); and (iii) Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification within 90 calendar days after date of enrollment or within 30 calendar days of the employee's assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall use E-Verify to initiate verification of employment eligibility of- (i) All new employees. (A) Enrolled 90 calendar days or more. The Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or (B) Enrolled less than 90 calendar days. Within 90 calendar days after enrollment as a Federal Contractor in E-Verify, the Contractor shall initiate verification of all new hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3) of this section); or (ii) Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate verification within 90 calendar days after date of contract award or within 30 days after assignment to the contract, whichever date is later (but see paragraph (b)(4) of this section). (3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State or local government or the government of a Federally recognized Indian tribe; or a surety performing under a takeover agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the applicable verification requirements at (b)(1) or (b)(2) respectively, except that any requirement for verification of new employees applies only to new employees assigned to the contract. (4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing employees hired after November 6, 1986, rather than just those employees assigned to the contract. The Contractor shall initiate verification for each existing employee working in the United States who was hired after November 6, 1986, within 180 calendar days of- (i) Enrollment in the E-Verify program; or (ii) Notification to E-Verify Operations of the Contractor's decision to exercise this option, using the contact information provided in the E-Verify program Memorandum of Understanding (MOU). (5) The Contractor shall comply, for the period of performance of this contract, with the requirements of the E-Verify program MOU. (i) The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the Contractor's MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case, the Contractor will be referred to a suspension or debarment official. (ii) During the period between termination of the MOU and a decision by the suspension or debarment official whether to suspend or debar, the Contractor is excused from its obligations under paragraph (b) of this clause. If the suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must reenroll in E-Verify. (c) Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the Department of Homeland Security Web site: http://www.dhs.gov/E-Verify. (d) Individuals previously verified. The Contractor is not required by this clause to perform additional employment verification using E-Verify for any employee- (1) Whose employment eligibility was previously verified by the Contractor through the E-Verify program; (2) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret, or top secret information in accordance with the National Industrial Security Program Operating Manual; or (3) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland Security Presidential Directive (HSPD)-12, Policy for a Common Identification Standard for Federal Employees and Contractors. (e) Subcontracts. The Contractor shall include the requirements of this clause, including this paragraph (e) (appropriately modified for identification of the parties), in each subcontract that- (1) Is for- (i) Commercial or noncommercial services (except for commercial services that are part of the purchase of a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS provider, and are normally provided for that COTS item); or (ii) Construction; (2) Has a value of more than $3,000; and (3) Includes work performed in the United States. (End of clause) ATTACHMENTS: 1. Statement of Work 2. DOL Wage Determination for Richmond, VA No. 2005-2545, REV 17, Dated 6/29/3013 3. Security Requirements 4. DLA Aviation Contractor Safety and Health Requirements 5. Section 1A - Special Conditions 6. Procedures for Obtaining Installation Access
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SP470314Q0026/listing.html)
 
Place of Performance
Address: DLA Contracting Services Office - Richmond (DSCO-R), 8000 Jefferson Davis Highway, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN03319607-W 20140327/140325234706-f8d2ee58d8b44a22bfa9899869336ee5 (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.