Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2014 FBO #4526
SOLICITATION NOTICE

59 -- Battery Monitoring System

Notice Date
4/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC4087A001
 
Response Due
4/29/2014
 
Archive Date
6/13/2014
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number F6THCC4087A001 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, 30 January 2014 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20140331. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 335999 with the number of employees not to exceed 500. Description of Requirement: CLIN 0001: This project will connect Powerware 9390 UPS batteries to an Eaton Cellwatch battery monitoring system. Vendor will supply all parts and labor, for a complete project. 1Supply and install 8 Data Collection Modules (DCM) to 32 batteries. 2Interconnect all DCM's with fiber optic cable. 3Using fiber optic cable, connect the DCM's to a Control Unit (CU). The distance between the last jar and the control unit is approx. 20 feet. 4Supply and install one Current Transducer and connect to the CU. 5Supply and install one Temperature Probe and connect to the CU. 6Program the Cellwatch computer to accept and monitor the string of batteries. Parts contractor is required to supply: 1 Cellwatch Computer 1 Control Unit 8 Data Collection Modules 1 Current Transducer 1 Temperature Probe All Fiber Optic Cable Tabbed Washers (Connects DCM wires to battery terminals) Government will supply: Wall mount Cellwatch computer supplied by contractor Mount Control Unit supplied by contractor Supply power to Computer & Control Unit Install all conduit runs required for project Provide a work station for government supplied monitor, keyboard and mouse Other Information: Powerware 9390-80 UPS Model: 40 S/N will be supplied at a later date Batteries: C&D Technologies UPS12-270FR **ALL ABOVE NAME BRANDS ARE FOR REFERENCE ONLY. OR EQUAL PRODUCTS WILL BE ACCEPTED. ** Delivery requirement: 60 days ARO, FOB Destination to JBLM, WA. Exact address will be provided upon award. Delivery will be to: Mr. Kelly Thomas 852 Lincoln BLVD McCord AFB, WA 98438 Quote Information: Quotes must be submitted and received no later than Tuesday, 29 April 2014, at 1100 hours Pacific Time. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: MSgt Matthew R Richard, Contracting Officer Ph: (509) 247-7223, email: Matthew.Richard@us.af.mil Financing Information: A Firm-Fixed Price award will be issued in writing. Telephone quotes will not be processed. Award shall be made only to contractors who have registered with System for Award Management (SAM). Vendors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-99, System for Award Management Registration FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilites FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC4087A001/listing.html)
 
Place of Performance
Address: WADS 852 Lincoln BLVD JBLM WA
Zip Code: 98430
 
Record
SN03337724-W 20140416/140414234404-aa84e9970e770623386cdb3a335df875 (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.