Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2015 FBO #4816
SOLICITATION NOTICE

J -- Full Service Preventative Maintenance for Uninterruptible Power Source (UPS) Systems

Notice Date
1/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024415T0033
 
Response Due
2/4/2015
 
Archive Date
5/31/2015
 
Point of Contact
ISABELITO M. CABANA 619-556-6834 ISABELITO.CABANA@NAVY.MIL
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items - FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00244-15-T-0033. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Change Notice 20150115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/. The NAICS code is 334419 “ Other Electronic Component Manufacturing and the small business standard is 750. This solicitation is unrestricted. The NAVSUP Fleet Logistics Center San Diego requests responses from business concerns capable of providing: CLIN 0001 BASE YEAR- Uninterruptible Power Source System Maintenance “ see attached Statement of Work (SOW); PERIOD OF PERFORMANCE: 1MAR2015 “ 28FEB2016 CLIN 0002 OPTION YEAR - Uninterruptible Power Source System Maintenance “ see attached Statement of Work (SOW) PERIOD OF PERFORMANCE: 1MAR2016 “ 28FEB2017 CLIN 0002 OPTION YEAR - Uninterruptible Power Source System Maintenance “ see attached Statement of Work (SOW) PERIOD OF PERFORMANCE: 1MAR2017 “ 28FEB2018 SPECIAL REQUIREMENT: -Offeror must be a Mitsubishi Electric Power Products, Inc. (MEPPI) Authorized Service Provider (ASP) - submit certificate with quote. -Full-Service Maintenance requirement to include replacement parts and emergency labor; provide price quote in format shown in SOW. RESPONSIBILITY AND INSPECTION: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. BRAND NAME DESCRIPTION: Brand Name justification attached iaw FAR 6.302-1(c)(1)(ii)(C) The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management 52.204-9 Personal Identification of Contractor Personnel 52.212-1 Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items [Applicable clauses: 52.204-10; 52.209-6; 52.209-10; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-48; 52.222-53; 52.223-18; 52.225-13; 52.232-33]. 52.232-18 Availability of Funds 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation 52.247-34 F.o.b. “ Destination 52.252-1 -- Solicitation Provisions Incorporated by Reference 52.252-2 -- Clauses Incorporated by Reference Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.232-7010 Levies On Contract Payments 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. (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. (i)TECHNICAL CAPABILITY (ii)PRICE Offerors proposals will be evaluated first under Factor (i) above, which represents MINIMUM acceptable criteria. Under this factor, products offered will be determined to be either technically acceptable or unacceptable. A œwill comply statement without accompanying technical specifications of services being offered is automatic failure under this factor. Failure to meet the minimum criteria will render the offer to be technically unacceptable and to not be considered for award. See paragraph (b) below. Only those Offers which meet the minimum requirements established by Factor (i) as delineated in Statement of Work (SOW) will be further evaluated under Factors (ii). The Government intends to evaluate proposals and award a contract without discussions to lowest price offer that is found acceptable in Factor (i) above. However, the Contracting Officer reserves the right to conduct discussions if it is determined to be necessary before contract award. Each initial offer should, therefore contain the Offerors best terms from both a price and technical standpoint. (b) TECHNICAL CAPABILITY. Factor (i), will be assessed by evaluating technical information submitted in response to this solicitation. Offerors technical information will be used to determine whether the items proposed meet the specifications included in this solicitation. Items offered, as provided in Offerors technical information, will be evaluated and determined to be either technically acceptable or technically unacceptable. Criteria to use are conformance with ALL requirements delineated in the Statement of Work (SOW). Offers which are determined to be technically unacceptable may be eliminated from further competition. (c) PRICE. A Firm Fixed Price contract award will be made to offeror whose offer is determined to be the lowest priced technically acceptable offer. This combined synopsis/solicitation will close at 12:00 (noon) pm PST on 4 February 2015. Submit quote via email to Isabelito.Cabana@navy.mil using subject line: RFQ N0024415T0033 UPS SVC MAINTENANCE. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024415T0033/listing.html)
 
Record
SN03627861-W 20150131/150129234622-9ae074593324b3233fa7cf0625efea5e (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.