Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOLICITATION NOTICE

J -- Flywheel Maintenance

Notice Date
4/25/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
General Services Administration, Office of Administrate Services (H), GSA OAS Office of Internal Acquisition (H1A), 18th & F Streets, N.W., Washington, District of Columbia, 20405, United States
 
ZIP Code
20405
 
Solicitation Number
ID14170135
 
Archive Date
5/20/2017
 
Point of Contact
Diane P. Taylor, Phone: 7036038295
 
E-Mail Address
diane.taylor@gsa.gov
(diane.taylor@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
FLYWHEEL AND UNINTERRUPTIBLE POWER SUPPLY MAINTENANCE 1.0 INTRODUCTION The Office of the Chief Information Officer (OCIO) - Region 10 - is in need of monitoring, maintenance and support for a flywheel and Uninterruptible Power Supply (UPS) unit supporting the Region 10 data center and Wide Area Network (WAN) links for the states of Alaska, Idaho, Oregon and Washington. Flywheel and UPS units are located in the Regional Office Building (ROB) in Auburn, Washington. Region 10 desires services for system monitoring which will provide maintenance, repair and support as required below. The goal of the support is to maximize flywheel / UPS uptime, minimize service interruptions to regional customers, and maximize the productive lifespan of flywheel and UPS units. This Request for Quotation (RFQ) is prepared in accordance with FAR Part 12 and 13. 2.0 STATEMENT OF OBJECTIVES Contract Objectives OCIO desires a contract for monitoring, maintenance and repair, and support. Contractor shall provide all labor, documentation, spare and repair parts, maintenance supplies, tools, diagnostics, and test equipment necessary to promptly and efficiently conduct repairs and preventative maintenance on identified systems as defined by the Government's response and restoral times stated below. Program Management Objective Contractor is to provide an administrative program oversight plan. The plan should explain how the Contractor will manage system monitoring, perform the manufacturer's required maintenance, address parts availability and delivery lead times, availability of their technical labor pool, technical support infrastructure, emergency and non-emergency incident handling, and incident escalation points of contact. Engineering Objectives Maintenance / Repair Plan At a minimum, the Contractor shall perform preventative maintenance according to the applicable schedule or intervals established by the original equipment manufacturer (OEM) for each model of equipment. Contractor is to provide a maintenance plan that covers specific maintenance / repair activities. Contractor defines scope, activities, parts and labor for preventive maintenance, major maintenance, emergency and non-emergency repair items. Contractor shall provide government representatives with a comprehensive list of those inspections, preventative maintenance actions and procedures to be included in their Preventative Maintenance Program. All scheduled maintenance services shall be performed during normal working hours, Monday through Friday, 8:00 AM to 5:00 PM PST, excluding Federal holidays, unless otherwise specified. If a mutually agreed upon schedule for preventative maintenance cannot be established, the government reserves the right to specify the schedule for performance of preventative maintenance. The schedule for preventative maintenance shall be coordinated with the Contracting Officers Representative (COR) 15 working days prior to performance of services. Preventative Maintenance (PM) that does not require system shutdown may be conducted during operational hours 7AM to 5PM local time, Monday through Friday. If downtime is required, PM will be scheduled at the earliest convenience of the Government and contractor. Repair Contractor repair response / return to normal operations timelines will be based on the operational impact defined in the table below. Incident category will be mutually agreed upon by the contractor technical support and government representative when call for service is submitted. If a mutually agreed upon incident category cannot be established, the government reserves the right to specify the incident category. Incident Category Impact Onsite Response Time Return to Normal Operations Critical Outage has occurred or is eminent. Impact on end user community is high. 4 Hours Elapsed Time. 48 Hours or Mutually Agreed Timeframe. Serious Units are operational, outage is not eminent. Units are at risk of causing an outage if not repaired. Risk of impact on users is high. 4 Hours Business Hours or Mutually Agreed Time Frame. 5 Working Days or Mutually Agreed Timeframe. Routine Units are operational, outage is not eminent. Units are not at risk of causing an outage if not repaired. Risk of impact on users is low. Mutually Agreed Time Frame. 10 Calendar Days or Mutually Agreed Timeframe. Operating Constraints Vendor is required to provide proof that they possess valid and current factory certifications from both Vycon Incorporated and Eaton Corporation to perform maintenance and repair tasks on the units described in this document. Vendor is required to maintain current factory certifications from Vycon and Eaton for the units described in this document for the life of the contract. Unit Description Units requiring maintenance and support are described as follows: Unit-1 Manufacturer: Vycon Incorporated System: VDC-Direct Connect Flywheel Energy Storage System Model: UA1NHETBJ737000 Serial Number: U2000336 Unit-2 Manufacturer: Eaton Corporation System: 9390-80 Model: 60 Configuration: TB0611001133010 Serial Number: EE335CBB06 3.1 PERIOD AND PLACE OF PERFORMANCE 3.1.1 PLACE OF PERFORMANCE The place of performance is the GSA Regional Office Building located at 400 15th St. SW, Auburn, Washington. 3.1.2 PERIOD OF PERFORMANCE Base Period: September 13, 2017 - September 12, 2018 Option Year 1: September 13, 2018 - September 12, 2019 Option Year 2: September 13, 2019- September 12, 2020 Option Year 3: September 13, 2020 - September 12, 2021 Option Year 4: September 13, 2021 - September 12, 2022 4.0 CONTRACT ADMINISTRATION COR: Gregory Klein OCIO Region 10 IT Operations Manager Phone: 253-931-7229 Email: Gregory.Klein@gsa.gov CO: Diane P. Taylor Phone: 703-603-8295 Email: diane.taylor@gsa.gov 5.0 CONTRACT CLAUSES Clauses Incorporated by Reference. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Full text is available electronically at: http://www.acquisition.gov/far/. 52.204-4: Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.212 -4: Contract Terms and Conditions - Commercial Items (May 2015) 52.223-10: Waste Reduction Program (May 2011) Clauses Incorporated by Full Text 52.217-5 Evaluation of Options. EVALUATION OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of clause) 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) [Reserved]. (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (10) [Reserved]. (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). (ii) Alternate I (Nov 2011) of 52.219-3. (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (ii) Alternate I (JAN 2011) of 52.219-4. (13) [Reserved] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011). (iii) Alternate II (Nov 2011). (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7. (iii) Alternate II (Mar 2004) of 52.219-7. (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). (ii) Alternate I (Oct 2001) of 52.219-9. (iii) Alternate II (Oct 2001) of 52.219-9. (iv) Alternate III (Oct 2015) of 52.219-9. (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _x_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _x_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). _x_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _x_ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693). (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693). (38)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Oct 2015) of 52.223-13. (39)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-14. (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). (41)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). (ii) Alternate I (Jun 2014) of 52.223-16. _x_ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (43) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). (44) 52.223-21, Foams (JUN 2016) (E.O. 13693). (45) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). (46)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112- 42, and 112-43. (ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3. (47) 52.225-5, Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). (48) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _x_ (54) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (55) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). X (56) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (58)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. Solicitation Provisions 52.252-1 PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Full text is available electronically at: http://www.acquisition.gov/far/. 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015) Technical: The offeror shall submit a technical approach to accomplish the requirements outlined in the SOO. Price: The offeror shall submit a price quote to provide maintenance and support of the two (2) units listed in the SOO for the base year and four one year option periods. Regional Business Application (RBA) Upon submission of quote, all Offerors must be registered in the Regional Business Application (RBA). You may visit https://portal.fas.gsa.gov for instructions and assistance on registration. The registration must include Contractor Name, Contractor Company, Contractor's GSA MAS Contract Number (e.g., GS-##X-####). If Offeror is currently registered, Offeror must verify prior to submission of quote, users are listed in RBA and "all access" is granted. If this is an initial registration, the Offeror must list users and select "all access" upon registering. Offeror must verify the company address and DUNS number must correspond with the company's address in GSA e-Library and System for Award Management (SAM). Registration may take up to 24 hours to process. For additional information contact RBA Help Desk: 1-877-472-4877 or AASBS.helpdesk@gsa.gov. 52.212 -2 Evaluation Technical: The Government will evaluate the offeror's technical approach to determine whether they have adequately understood the solicitation requirements and can provide the services outlined. Price: The Government will evaluate the offeror's price for price reasonableness. Price reasonableness will be determined by comparing the proposed price with the Independent Government Cost Estimate, competition and historical pricing. Basis for Award The award will be made to the lowest-price technically acceptable contractor. Technical acceptability is defined as being able to meet all of the requirements in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/V/VC/ID14170135/listing.html)
 
Place of Performance
Address: The place of performance is the GSA Regional Office Building located at 400 15th St. SW, Auburn,Washington., auburn, Washington, United States
 
Record
SN04484384-W 20170427/170425234519-4a55da08c77cd68f2b3eda9d575cc08b (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.