Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
MODIFICATION

J -- Liebert UPS Maintenance

Notice Date
3/6/2017
 
Notice Type
Modification/Amendment
 
Contracting Office
199 6th Avenue, Fort Knox, KY 40121
 
ZIP Code
40121
 
Solicitation Number
W9124D-17-Q-5010
 
Response Due
3/13/2017
 
Archive Date
9/9/2017
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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 W9124D-17-Q-5010 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 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 335911 with a small business size standard of 500.00 employees. 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 2017-03-13 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be North Chicago, IL 60064 The MICC Fort Knox requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: Remedial and Preventive Maintenance for a Liebert Uninterruptible Power Supply (UPS), S600T 250-450, PN: U39SA300ACCB307, Tag #1533643; MBC/Slim LN Cab, PN: MBS31200CRS3912, Tag #1533645; Sealed Battery, PN: ST65800480B0250, 4 each, Tag #s1535529, 1535530, 1535531, 1535532 for the base period of 1 April 2017 through 31 March 2018. Services include 4 hour response, 24 hours/day, 7 days/week, emergency service labor and travel coverage, parts coverage, and preventive maintenance visits scheduled Monday - Friday, 8:00AM - 5:00PM (excluding national holidays)., 1, EA; LI 002: As part of its proposal, the offeror will provide the estimated total cost (if any) incurred to comply with the enterprise Contractor Manpower Reporting Application (eCMRA) requirement. Offeror will determine, in the Schedule, CLIN(s) 0002 to price or not-separately-price the CMRA requirement. CLIN(s) 0001 shall be the CLIN(s) under which the Contractor shall bill for all costs associated with the eCMRA requirement., 1, EA; LI 003: Remedial and Preventive Maintenance for a Liebert Uninterruptible Power Supply (UPS), S600T 250-450, PN: U39SA300ACCB307, Tag #1533643; MBC/Slim LN Cab, PN: MBS31200CRS3912, Tag #1533645; Sealed Battery, PN: ST65800480B0250, 4 each, Tag #s1535529, 1535530, 1535531, 1535532 for the base period of 1 April 2018 through 31 March 2019. Services include 4 hour response, 24 hours/day, 7 days/week, emergency service labor and travel coverage, parts coverage, and preventive maintenance visits scheduled Monday - Friday, 8:00AM - 5:00PM (excluding national holidays)., 1, EA; LI 004: As part of its proposal, the offeror will provide the estimated total cost (if any) incurred to comply with the enterprise Contractor Manpower Reporting Application (eCMRA) requirement. Offeror will determine, in the Schedule, CLIN(s) 1002 to price or not-separately-price the CMRA requirement. CLIN(s) 1001 shall be the CLIN(s) under which the Contractor shall bill for all costs associated with the eCMRA requirement., 1, EA; LI 005: Remedial and Preventive Maintenance for a Liebert Uninterruptible Power Supply (UPS), S600T 250-450, PN: U39SA300ACCB307, Tag #1533643; MBC/Slim LN Cab, PN: MBS31200CRS3912, Tag #1533645; Sealed Battery, PN: ST65800480B0250, 4 each, Tag #s1535529, 1535530, 1535531, 1535532 for the base period of 1 April 2019 through 31 March 2020. Services include 4 hour response, 24 hours/day, 7 days/week, emergency service labor and travel coverage, parts coverage, and preventive maintenance visits scheduled Monday - Friday, 8:00AM - 5:00PM (excluding national holidays)., 1, EA; LI 006: As part of its proposal, the offeror will provide the estimated total cost (if any) incurred to comply with the enterprise Contractor Manpower Reporting Application (eCMRA) requirement. Offeror will determine, in the Schedule, CLIN(s) 2002 to price or not-separately-price the CMRA requirement. CLIN(s) 2001 shall be the CLIN(s) under which the Contractor shall bill for all costs associated with the eCMRA requirement., 1, EA; LI 007: Remedial and Preventive Maintenance for a Liebert Uninterruptible Power Supply (UPS), S600T 250-450, PN: U39SA300ACCB307, Tag #1533643; MBC/Slim LN Cab, PN: MBS31200CRS3912, Tag #1533645; Sealed Battery, PN: ST65800480B0250, 4 each, Tag #s1535529, 1535530, 1535531, 1535532 for the base period of 1 April 2020 through 31 March 2021. Services include 4 hour response, 24 hours/day, 7 days/week, emergency service labor and travel coverage, parts coverage, and preventive maintenance visits scheduled Monday - Friday, 8:00AM - 5:00PM (excluding national holidays)., 1, EA; LI 008: As part of its proposal, the offeror will provide the estimated total cost (if any) incurred to comply with the enterprise Contractor Manpower Reporting Application (eCMRA) requirement. Offeror will determine, in the Schedule, CLIN(s) 3002 to price or not-separately-price the CMRA requirement. CLIN(s) 3001 shall be the CLIN(s) under which the Contractor shall bill for all costs associated with the eCMRA requirement., 1, EA; LI 009: Remedial and Preventive Maintenance for a Liebert Uninterruptible Power Supply (UPS), S600T 250-450, PN: U39SA300ACCB307, Tag #1533643; MBC/Slim LN Cab, PN: MBS31200CRS3912, Tag #1533645; Sealed Battery, PN: ST65800480B0250, 4 each, Tag #s1535529, 1535530, 1535531, 1535532 for the base period of 1 April 2021 through 31 March 2022. Services include 4 hour response, 24 hours/day, 7 days/week, emergency service labor and travel coverage, parts coverage, and preventive maintenance visits scheduled Monday - Friday, 8:00AM - 5:00PM (excluding national holidays)., 1, EA; LI 010: As part of its proposal, the offeror will provide the estimated total cost (if any) incurred to comply with the enterprise Contractor Manpower Reporting Application (eCMRA) requirement. Offeror will determine, in the Schedule, CLIN(s) 4002 to price or not-separately-price the CMRA requirement. CLIN(s) 4001 shall be the CLIN(s) under which the Contractor shall bill for all costs associated with the eCMRA requirement., 1, 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 Fort Knox 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 Knox 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 following FAR provisions are applicable by reference: 52.204-7 System for Award Management, 52.204-16 Commercial and Government Entity Code Reporting, 52.212-1 Instructions to Offerors--Commercial Items, and 52.217-5 Evaluation of Options. The following FAR provisions are applicable by Full text: 52.212-3 Alt I Offeror Representations and Certifications-- Commercial Items Alternate I and 52.252-1 Solicitation Provisions Incorporated by Reference. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. The following FAR clauses are applicable by reference: 52.204-9 Personal Identity Verification of Contractor Personnel, 52.204-13 System for Award Management Maintenance, 52.204-18 Commercial and Government Entity Code Maintenance, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.212-4 Contract Terms and Conditions--Commercial Items, 52.219-6 Total Small Business Set-Aside, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-10 Waste Reduction Program, 52.232-1 Payments, 52.232-8 Discounts for Prompt Payment, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, and 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. The following FAR clauses are applicable by Full text: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.222.42 Statement of Equivalent Rates for Federal Hires, and 52.252-2 Clauses Incorporated by Reference. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http:// farsite.hill.af.mil/. The following DFARS provisions are applicable by reference: 252.203-7005 Representation Relating to Compensation of Former DoD Officials and 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System - Statistical Reporting in Past Performance Evaluations. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. The following DFARS clauses are applicable by reference: 252.201-7000 Contracting Officer's Representative, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control Of Government Personnel Work Product, 252.204-7004 Alt A System for Award Management Alternate A, 252.225-7048 Export-Controlled Items, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 252.246-7008, and 252.244-7000 Subcontracts for Commercial Items. The following DFARS clauses are applicable by Full text: 252.232-7006 Wide Area Workflow Payment Instructions. *Reference and/or Full Text of FAR & DFARS provisions and clauses may be accessed electronically at http://farsite.hill.af.mil/. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. CCR is now obsolete. Offerors shall ensure SAM registration is active and shall not assume that CCR information automatically migrated to the SAM system. See 52.204-99 Deviation included herein for information and instructions. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission In accordance with DFARS 252.232-7003, “Electronic Submission of Payment Requests and Receiving Reports ”, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the System for Award Management (SAM ) site at https://www.sam.gov/portal/public/SAM /within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under “about WAWF ”. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Award will be made in the aggregate to the lowest priced, responsive, responsible offeror. Failure to submit a price on all items will render the quote non-responsive. The Tax Liability Form shall be completed and returned with FedBid quote before the end date and time of this solicitation. Digital copies of the certificate must be emailed to melissa.j.brackett.civ@mail.mil. Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/ commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/818ff9e58be4c2a51c04da4ee6af04fc)
 
Place of Performance
Address: North Chicago, IL 60064
Zip Code: 60064-3094
 
Record
SN04424944-W 20170308/170306235154-818ff9e58be4c2a51c04da4ee6af04fc (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.