Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2015 FBO #4865
SOLICITATION NOTICE

J -- OPTION - Uninterruptible Power Supply Maintenance

Notice Date
3/19/2015
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Polk, Polk, LA 00000
 
ZIP Code
00000
 
Solicitation Number
W9124E-15-T-0004
 
Response Due
3/31/2015
 
Archive Date
9/27/2015
 
Point of Contact
Name: Matthew Wiggins, Title: Contract Specialist, Phone: 3375310906, Fax:
 
E-Mail Address
matthew.c.wiggins4.civ@mail.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is W9124E-15-T-0004 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.50M.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2015-03-31 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft Polk, LA 71459 The MICC Fort Polk requires the following items, Meet or Exceed, to the following: Base Period of Performance: 04/10/2015 - 04/09/2016 LI 001: The contractor shall provide Uninterruptible Power Supply (UPS) Maintenance in accordance with the Performance Work Statement on the identified list of UPSs. The contractor shall be responsible for any parts and labor (and all other costs) to keep the identified list of UPSs operational or bring back into mission ready status (to include engineer field changes issued by the manufacturer), and perform all aspects of the performance work statement. THIS IS A NOT SEPARATELY PRICED LINE ITEM. THE CONTRACTOR IS INSTRUCTED NOT TO PRICE THIS LINE ITEM. The contractor is instructed to use the included Line Item Feature., 1, Months; LI 002: This Line Item is numbered 001AA The contractor shall price 1/2 the cost of the informational CLIN 001., 12, Months; LI 003: This Line Item is numbered 001AB The contractor shall price 1/2 the cost of the informational CLIN 001., 12, Months; LI 004: CMRA Reporting Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. In order to determine if the proposed cost for Contractor Manpower Reporting (CMR) is fair and reasonable, it is estimated that a onetime set up of XML schema is approximately 20 hours per contractor. Thereafter, the annual reporting requirement should take less than a few hours annually by an administrative level employee. The contractor has the option to separately price this requirement or include this cost in their overhead rates of Line Item 0001.The CMR reporting period is 01 Oct ? 30 Sep and shall be completed no later than 31 Oct. UIC: W0VF03 COMMAND: US Army Installation Management Command PSC: J061., 1, Month; Option 1 Period of Performance: 04/10/2016 - 04/09/2017 LI 001: The contractor shall provide Uninterruptible Power Supply (UPS) Maintenance in accordance with the Performance Work Statement on the identified list of UPSs. The contractor shall be responsible for any parts and labor (and all other costs) to keep the identified list of UPSs operational or bring back into mission ready status (to include engineer field changes issued by the manufacturer), and perform all aspects of the performance work statement. THIS IS A NOT SEPARATELY PRICED LINE ITEM. THE CONTRACTOR IS INSTRUCTED NOT TO PRICE THIS LINE ITEM. The contractor is instructed to use the included Line Item Feature., 1, Months; LI 002: This Line Item is numbered 001AA The contractor shall price 1/2 the cost of the informational CLIN 001., 12, Months; LI 003: This Line Item is numbered 001AB The contractor shall price 1/2 the cost of the informational CLIN 001., 12, Months; LI 004: CMRA Reporting Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. In order to determine if the proposed cost for Contractor Manpower Reporting (CMR) is fair and reasonable, it is estimated that a onetime set up of XML schema is approximately 20 hours per contractor. Thereafter, the annual reporting requirement should take less than a few hours annually by an administrative level employee. The contractor has the option to separately price this requirement or include this cost in their overhead rates of Line Item 0001.The CMR reporting period is 01 Oct ? 30 Sep and shall be completed no later than 31 Oct. UIC: W0VF03 COMMAND: US Army Installation Management Command PSC: J061., 1, Month; Option 2 Period of Performance: 04/10/2017 - 04/09/2018 LI 001: The contractor shall provide Uninterruptible Power Supply (UPS) Maintenance in accordance with the Performance Work Statement on the identified list of UPSs. The contractor shall be responsible for any parts and labor (and all other costs) to keep the identified list of UPSs operational or bring back into mission ready status (to include engineer field changes issued by the manufacturer), and perform all aspects of the performance work statement. THIS IS A NOT SEPARATELY PRICED LINE ITEM. THE CONTRACTOR IS INSTRUCTED NOT TO PRICE THIS LINE ITEM. The contractor is instructed to use the included Line Item Feature., 1, Months; LI 002: This Line Item is numbered 001AA The contractor shall price 1/2 the cost of the informational CLIN 001., 12, Months; LI 003: This Line Item is numbered 001AB The contractor shall price 1/2 the cost of the informational CLIN 001., 12, Months; LI 004: CMRA Reporting Contractor is required to provide data on Contractor labor hours (including subcontractor labor hours) for performance of this contract IAW the PWS. The cost, if any, for providing this data shall be entered into the space provided at this CLIN. If no direct cost is associated with providing the data, enter ?No Cost?. Instructions, including the Contractor and Subcontractor User Guides, are available at http://www.ecmra.mil. In order to determine if the proposed cost for Contractor Manpower Reporting (CMR) is fair and reasonable, it is estimated that a onetime set up of XML schema is approximately 20 hours per contractor. Thereafter, the annual reporting requirement should take less than a few hours annually by an administrative level employee. The contractor has the option to separately price this requirement or include this cost in their overhead rates of Line Item 0001.The CMR reporting period is 01 Oct ? 30 Sep and shall be completed no later than 31 Oct. UIC: W0VF03 COMMAND: US Army Installation Management Command PSC: J061., 1, Month; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Polk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Polk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The contractor hereby agrees that the attached solicitation W9124E-15-T-0004's Terms and conditions are applicable to this buy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/814efb5a0bb006846b05267b4179e26e)
 
Place of Performance
Address: Ft Polk, LA 71459
Zip Code: 71459-5000
 
Record
SN03672686-W 20150321/150319234756-814efb5a0bb006846b05267b4179e26e (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.