MODIFICATION
J -- GE UPS Maintenance Service
- Notice Date
- 3/27/2014
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- IHS-14-HQ-RFQ-00023
- Archive Date
- 4/25/2014
- Point of Contact
- Paul B. Premoe, Phone: 3014434470, Kenneth Coriz, Phone: 3014435668
- E-Mail Address
-
paul.premoe@ihs.gov, kenneth.coriz@ihs.gov
(paul.premoe@ihs.gov, kenneth.coriz@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number IHS-14-HQ-RFQ-00023 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (iv) The North American Industry Classification System (NAICS) code is 811219 with a small business size standard of $19M. This requirement is set-aside for small businesses only. (v) Provide a firm fixed price for each of the Contract Line Item Number (CLIN) below. [CLIN 0001] Base Period, Period of Performance (POP: April 16 2014 thru April 15 3015) - One year maintenance for two GE UPS units. [CLIN 0002] Option Period 1, Period of Performance (POP: April 16 2015 thru April 15 3016) - One year maintenance for two GE UPS units. [CLIN 0003] Option Period 2, Period of Performance (POP: April 16 2016 thru April 15 3017) - one year maintenance for two GE UPS units. Detailed Item Description: GE SG Series, 100 kVA. Sealed: # of Strings: 1, # of Batteries: 40 Detailed Service Description: Annual emergency service coverage and preventative mainteannce services according to the manufacturer's specifications for two GE UPS units. (vi) The Indian Health Service (IHS) has two GE UPS units located at 801 Thompson Ave, Rockville, MD 20852. The agency is in need of annual maintenance services for the two GE UPS units. (vii) The delivery and acceptance term is FOB Destination. (viii) FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jul 2013): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A capability statement in sufficient detail to evaluate compliance with the requirements in the solicitation; (4) Price and any discount terms; (5) "Remit to" address, if different than mailing address; (6) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (7) Acknowledgment of Solicitation Amendments. (ix) 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The award will be made against the lowest priced technically acceptable quote. The salient requirement of the qualified offer is that the quote must evidence the offeror's credential to be an authorized service provider for the UPS units mentioned herein. (x) Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2013) (xi) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013). (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2014) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (3) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (4) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (5) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (7) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (8) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (9) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (10) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (11) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (12) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (13) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). (4) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). (End of Clause) (xiii) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) and 52.252-2, Clauses Incorporated by Reference (Feb 1998) are used in this solicitation. The clauses are available in full text at www.acquisition.gov/far/. The offeror must include in their quotation, the unit price, list price, prompt payment discount terms, Dun & Bradstreet Number (DUNS), and certification of business size. Note: In order to receive an award from the Indian Health Service, contractors must have a valid registration in the System for Award Management (SAM) www.SAM.gov. (xiv) n/a (xv) Quotations must be receipted by the IHS no later than April 10, 2014, 4:00 pm EST. Questions regarding this RFQ and any terms and conditions must be submitted in writing by April 3, 2014, 4:00 pm EST. (xvi) Interested vendors capable of furnishing the government with the item specified in this combined synopsis/solicitation should submit their quotation to the below email address. The quotation must reference Solicitation number IHS-14-HQ-RFQ-00023. All responsible sources may submit a quotation, which if timely received, will be considered by the agency. Quotations can be emailed to Paul.Premoe@IHS.gov and Courtesy Copy all emails to ihsdapsolicitations@ihs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/IHS-14-HQ-RFQ-00023/listing.html)
- Place of Performance
- Address: 801 Thompson Ave, Rockville, Maryland, 20852, United States
- Zip Code: 20852
- Zip Code: 20852
- Record
- SN03322044-W 20140329/140327234640-020408f0e5cb344cdc47b3b5709e782b (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 |