Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
SOLICITATION NOTICE

61 -- RACK-MOUNTABLE SMART UPS

Notice Date
9/7/2016
 
Notice Type
Presolicitation
 
Contracting Office
2015 N 4th St, JBLM, WA 98433
 
ZIP Code
98433
 
Solicitation Number
0010893875
 
Response Due
9/19/2016
 
Archive Date
3/18/2017
 
Point of Contact
Name: Jose Santamaria, Title: Contract Specialist - SFC, Phone: 2539828270, Fax:
 
E-Mail Address
jose.g.santamaria.mil@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
Bids are being solicited under solicitation number 0010893875. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 823007. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-09-19 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be JBLM, WA 98433 The MICC Joint Base Lewis McChord requires the following items, Brand Name or Equal, to the following: LI 001: BRAND NAME OR EQUAL: APC Smart-UPS X 2000VA Rack/Tower LCD 100-127V, Model # SMX2000LV, rack mountable, auto recognition of external batteries, automatic restart of loads after UPS shutdown, output power capacity - 1.8 KWatts / 1.92 kVA, nominal output voltage - 120V, output connections - (3) NEMA 5-20R (Battery Backup), (1) NEMA L5-20R (Battery Backup), (6) NEMA 5-15R (Battery Backup), nominal input Voltage - 120V, maintenance-free sealed lead-acid battery with suspended electrolyte: leak-proof, typical recharge time - 3hour(s), surge energy rating - 540 Joules, 4U rack height. (PLEASE SEE "SELLER ATTACHMENT" REQUIREMENTS), 30, EA; LI 002: BRAND NAME OR EQUAL: APC Smart-UPS X 120V External Battery Pack Rack/Tower, Model # SMX120BP, hot-swappable batteries, user-replaceable batteries, battery output voltage - 120V, 2x maintenance-free sealed Lead-Acid battery with suspended electrolyte: leak-proof, enclosed battery cartridge, battery volt-amp-hour capacity ? 1200, 4U rack height. (PLEASE SEE "SELLER ATTACHMENT" REQUIREMENTS), 20, EA; 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 Joint Base Lewis McChord 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. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Joint Base Lewis McChord is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers 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.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers 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 Sellers require additional clarification, contact 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 shall not hire any individual to perform work on Joint Base Lewis-McChord or any other Government installation under this contract unless such individual is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. The contractor shall comply with 8 USC 1324a, 8 CFR Part 274a, and any other laws and regulations pertaining to the employment of aliens. The contractor shall, upon request by the Contracting Officer, present documentary evidence acceptable to the Contracting Officer that the employee(s) named or identified in the request is a citizen of the United States or is lawfully admitted into the United States and authorized to work in the United States. Such documentation shall be presented to the Contracting Officer within three (3) working days after the contractor's receipt of the request for documentation. If acceptable documentary evidence is not provided within the required time, the contractor shall not allow the affected employee(s) to perform work on Fort Joint Base Lewis-McChord or any other Government installation under this contract until after such acceptable documentary evidence is presented to the Contracting Officer. Removal of any employee(s) from performance of work pursuant to this provision shall not relieve the contractor of the responsibility to perform all work under this contract in a timely manner. New equipment/parts only. No remanufactured products. The contract price includes all applicable Federal, state, and local taxes and duties. The contractor shall stamp or mark the supplies delivered or otherwise furnish notice with the supplies of the existence of a warranty. Markings shall include (i) a brief statement that a warranty exists, (ii) the substance of the warranty, (iii) its duration, and (iv) whom to notify if the supplies are found to be defective. THE FOLLOWING INFORMATION IS PROVIDED TO ASSIST YOU, AND WILL HELP TO EXPEDITE PAPERWORK AND PAYMENT. a. Only one delivery will be accepted against each line item. Backorders will NOT be accepted on individual line items. b. Deliver on or before date specified. Deliveries will be accepted Monday through Friday (except Holidays) from 7:30 A.M. to 2:30 P.M. to Block 15 of the Purchase Order. Notify the individual in Block 16 of any delay encountered (due to strikes, factory backorders, etc.) and give revised delivery date if possible. c. Mark outside of all cartons. Put packing list inside cartons. Show the order number assigned, the PR number shown at the end of each item, and the quantity shipped. All items will be identified by the part number by attached tag and/or stamped identification. d. On direct shipments, have the supplier or manufacturer cite our order number on packages. This eliminates delay caused by trying to determine the firm awarded the original order. Unless otherwise specified in this contract, the contractor shall obtain any necessary licenses and permits, give all notices, and comply with any applicable Federal, State, County, and municipal laws, codes, and regulations in connection with this award. The contractor shall not make news releases or otherwise provide information relative to the performance of this contract or information relative to any incident occurring on JBLM without prior approval of the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/296598fbc6f6037a25853c07a9f46419)
 
Place of Performance
Address: JBLM, WA 98433
Zip Code: 98433-9500
 
Record
SN04259087-W 20160909/160907234828-296598fbc6f6037a25853c07a9f46419 (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.