SOLICITATION NOTICE
J -- GE Uninterruptible Power Supply Maintenance and Repair
- Notice Date
- 2/12/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060416T3044
- Response Due
- 2/17/2016
- Archive Date
- 3/3/2016
- Point of Contact
- Gavin Tsukamoto 808-473-7942
- E-Mail Address
-
gavin.tsukamoto@navy.mil
(gavin.tsukamoto@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, 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 (https://www.neco.navy.mil/). The RFQ number is N0060416T3044. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-86 and DFARS Publication Notice 20151230. 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 these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 811211 and the Small Business Standard is $7.5 Mil. This is an unrestricted, other than full and open competition action. The Small Business Office concurs with the set-aside decision. The proposed contract action is for commercial supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all bids, proposals, or quotations received by the closing response date will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NAVSUP FLC Pearl Harbor Regional Contracting Office requests: GE Zenith Controls, Inc. will be providing a Certified Trained Technician/Field Service Engineer to remove and replace AC/DC Capacitors and Control Batteries for, 3 each, GE 500 KVA Uninterruptible Power Supply Units 1, 2, and 3. (GE UPS#1 S/N P1500-0309-B614N; GE UPS#2 S/N P1500-0309-B616N; GE UPS#3 S/N P1500-0309-B615N). Once all parts are replaced the GE Technician will use their proprietary software that is needed to diagnose/troubleshoot, and test the GE 500KVA UPS Units. The Power Supply Units are currently installed at the Naval Computer and Telecommunications Area Master Station Pacific Building 500, NCTPAC-500, Wahiawa, HI 96786. CLIN 0001 “ Troubleshoot and install AC/DC Capacitors, Control Battery for 3 each UPS unit Qty: 1 PN1500-0309-B614N, PN1500-0309-B615N, PN1500-309-B616N Unit of Issue: JOB CLIN 0002 “ Travel and Lodging Expense Qty: 1 Unit of Issue: Group CLIN 0003 “ Capacitor, GE#1019603, Power 300UF/330 VAC_UL_85X197_M10 Qty: 90 Unit of Issue: Each CLIN 0004 “ Battery Lithium, GE#1001439, 3V-950MAH-AXIAL Qty: 3 Unit of Issue: Each CLIN 0005 “ DC Capacitor, GE# 4001522, Module SG400/500KVA S.1 Qty: 18 Unit of Issue: Each CLIN 0006 “ Capacitor, GE# 1019602, Power 250 UF/330VAC_UL_85X197_M10 Qty: 36 Unit of Issue: Each CLIN 0007 “ Front Panel, GE# 400339, SG_UL_1805 Qty: 1 Unit of Issue: Each Delivery is 30 days ADC Delivery Location is Naval Computer and Telecommunications Area Master Station Pacific Building 500, NCTPAC-500, Wahiawa, HI 96786. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. Payment will be made via Government Purchase Card. The following FAR provision and clauses are applicable to this procurement: 52.204-7 System for Award Management (July 2013) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-13SAM Maintenance (July 2013) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation (Dec 2014) 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-10Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 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 (May 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 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 52.219-4Notice of Price Evaluation Preference for HUBZone SB Concerns (Oct 2014) 52.219-28Post Award Small Business Program Rerepresentation (July 2013) 52.222-3Convict Labor (June 2003) 52.222-19 Child Labor ”Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41Service Contract Labor Standards (May 2014) 52.222-42Statement of Equivalent Rates for Federal Hires 52.222-50 Affirmative Action for Workers w/ Disabilities (July 2014) 52.222-52Exemption From Application of the Service Contract Labor Standards to Contracts for Certain Services ”Certification 52.222-55Minimum Wages Under Executive Order 13658 (Dec 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restriction on Foreign Purchases (June 2008) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs (Dec 2012) 52.232-33Payment by Electronic Funds Transfer - SAM (July 2013) 52.232-36Payment by Third Party (May 2014) 52.232-39Unenforceability of Unauthorized Obligations (June 2013) 52.232-40Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.233-3 Protest After Award (Aug 1996) 52.233-4Applicable Law for Breach of Contract Claim (Oct 2004) 52.237-2Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.247-34FOB Destination 52.252-1Solicitation Provisions Incorporated by Reference 52.252-2Clauses Incorporated by Reference 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 252.203-7002Requirement to Inform Employees of Whistleblower Rights (Sept 2013) 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.203-7996Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements ” Representation (Dev 2016-O0003) Oct 2015 252.203-7997Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Dev 2016-O0003) Oct 2015 252.204-7003Control of Government Personnel Work Product (April 1992) 252.204-7004 Alt ASystem for Award Management (May 2013) 252.204-7008Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) 252.204-7015 Disclosure of Information To Litigation Support Contractors 252.209-7991Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law ”Fiscal Year 2016 Appropriations (Dev 2016 O0002) Oct 2015 252.223-7006Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (Sept 2014) 252.223-7008Prohibition of Hexavalent Chromium (May 2011) 252.225-7000Buy American Act-Balance of Payments Program Certificate (Nov 2014) 252.225-7001Buy American Act and Balance of Payments Program (Nov 2014) 252.225-7002Qualifying Country Sources as Subcontractors (Dec 2012) 252.225-7048Export-Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea (April 2014) Quoters are reminded to submit a completed copy of 252.209-7991 and 52.212-3 and its ALT I with quotes. This announcement will close at 1:00 P.M. Hawaii Standard Time on February 17, 2016. Contact Gavin Tsukamoto who can be reached at 808-473-7942 or email gavin.tsukamoto@navy.mil. All responsible sources may submit a quote which shall be considered by the agency. Evaluation Procedures: Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of price and technically acceptable quotes (Lowest Price Technically Acceptable). 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/N00604/N0060416T3044/listing.html)
- Place of Performance
- Address: Naval Computer and Telecommunications Area Master Station Pacific Building 500, Wahiawa, Hawaii
- Zip Code: 96786
- Zip Code: 96786
- Record
- SN04019686-W 20160214/160212234601-5f4703fc8e41f1fb627f63c555448e9e (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 |