SOURCES SOUGHT
70 -- APC Uninterrupted Power Supply (UPS)
- Notice Date
- 7/5/2017
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- PL83220038
- Archive Date
- 8/4/2017
- Point of Contact
- Dean Leroy Cravens, Phone: 6182299576, Kimberly Hampel, Phone: 618-229-9392
- E-Mail Address
-
dean.l.cravens.civ@mail.mil, kimberly.m.hampel.civ@mail.mil
(dean.l.cravens.civ@mail.mil, kimberly.m.hampel.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for: Uninterrupted Power Supply (UPS) Procurement/Refurbishment Services CONTRACTING OFFICE ADDRESS: DISA Defense Information Technology Contracting Organization (DITCO) 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to determine the availability and technical capability of businesses to provide the required products and/or services. The Department of Defense/Joint Service Provider JP312 is seeking information for potentail sources for an exchange service using purchased service credits for APC certified refurbished APC Uninterrupted Power Supply (UPS) units, APC UPS batteries, and APC UPS network cards. JSP JP312 is charged with maintaining reliable network infrastructures within the Pentagon and National Capital Region. The largest part of that requirement includes reliable power distribution systems. With reliability in mind JSP has built a fleet of Uninterrupted Power Supply within the Pentagon and NCR. These units filter electrical anomalies to include surges, shorts and short term power loss to prevent catastrophic damage to network devices. Currently JSP has 6,900 APC UPS units in inventory. These units fail on an average of 1 unit per day. Additionally JSP performs an annual 20 percent Life Cycle Replacement to keep units up to date and batteries within the units fresh and available to sustain operations. As such, JSP's requirement is for UPS procurement/refurbishment services up to and including 24 hours in emergency situations. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: Current Contract Number: HC1028-16-F-0488 Contract Type: Firm-Fixed-Price, Alliant 8(a) STARS II Incumbent and their size: Digital Management Inc., 8(a) Method of previous acquisition: Sole Source HC1028-16-F-0488 was for support for the UPS units. This requirement however, is for the purchase of refurbished equipment. The anticipated period of performance is for a 1-year base period from August 2, 2017 - August 1, 2018 with two, 1-year option periods through August 1, 2020. Place of Performance: Department of Defense/Joint Service Provider Infrastructure Operations - JP312 1155 Defense Pentagon Washington, District of Columbia 20301-1155 REQUIRED CAPABILITIES: The Department of Defense/Joint Service Provider JP312 has a requirement for an exchange service using purchased service credits for APC certified refurbished APC Uninterrupted Power Supply (UPS) unit, APC UPS batteries, and APC UPS network cards. Describe your experience providing APC certified refurbished APC UPS units, APC UPC batteries, and APC UPS network cards using purchased service credits. The Department of Defense/Joint Service Provider JP312 also has a requirement for advanced-exchange service to replace non-functioning APC UPS units, APC UPS batteries, and APC UPS network cards. Describe your experience providing advanced-exchange services to replace non-functioning APC UPS units, APC UPS batteries, and APC UPS network cards. The Department of Defense/Joint Service Provider JP312 alsohas a requirement for single phase APC/Schneider Electric UPS refurbishment, FedEx delivery within three (3) calendar days, and 24 hour emergency telephone support. Describe your experience providing single phase APC/Schneider Electric UPS refurbishment with FedEx delivery within three calendar days and 24 hour emergency telephoen support. SPECIAL REQUIREMENTS: None. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27.5 Million. This Sources Sought Synopsis is requesting responses to the following criteria ONLY from contractors that can provide the required services under the NAICS Code. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT July 20, 2017 4:00 PM Eastern Daylight Time (EDT) to dean.l.cravens.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to provide the product capabilities as listed above and any commercial pricing available for support for a base period and two 1-year option periods. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/PL83220038/listing.html)
- Place of Performance
- Address: Department of Defense/Joint Service Provider JP312, Alexandria, Virginia, 22121, United States
- Zip Code: 22121
- Zip Code: 22121
- Record
- SN04567648-W 20170707/170705235901-44e0e944c6c1d263f6d277c95a14668c (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 |