SOLICITATION NOTICE
D -- ACDC Capacitors UPS for ARS Maricopa, AZ - UPS RFQ word document
- Notice Date
- 8/15/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- Agricultural Research Service - Pacific West Area
- ZIP Code
- 00000
- Solicitation Number
- AG-81J8-18-PF-18-81518
- Archive Date
- 9/13/2018
- Point of Contact
- Paige C. Francis, Phone: 5203166314, Robert, Phone: 5203166390
- E-Mail Address
-
paige.francis@ars.usda.gov, robert.lamorte@ars.usda.gov
(paige.francis@ars.usda.gov, robert.lamorte@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- Information in this document is the same as what is expressed in the body of the solicitation. This acquisition is for the U.S. Department of Agriculture (USDA)/Agriculture Research Service (ARS), Arid Land Agricultural Research Center (ALARC) to establish a Delivery Order to procure supplies and services associated with the replacement of capacitors and cooling fan assembly for Eaton brand Uninterruptible Power Supplies (UPS) residing at USDA/ARS/ALARC's Maricopa Arizona research facility. In the event there are technical questions that are not answered in this RFQ, please contact Robert LaMorte at robert.lamorte@ars.usda.gov The Acquisition Service Directorate (AQD) is issuing this competitive Request for Quote (RFQ) to solicit GSA contract holders for the purpose of entering into a single Firm-Fixed-Price (FFP) Delivery Order. AQD will conduct this acquisition using FAR Part 8.405 Ordering Procedures for Federal Supply Schedules under the Federal Acquisition Regulation (FAR). This requirement will be competed amongst GSA schedule contract holders on an unrestricted bases. If you are interested in this acquisition, you may participate by submitting your response in accordance with the requirements and instructions contained herein. See RFQ Section 4 (pages 13 and 14) for Quotation Preparation Instructions, and Section 5 (page 14) for Evaluation of Quotations. AQD will handle the solicitation and resultant contract administration, as well as payment of invoices. The Government's requirements and market research indicates other manufacturer's, other than Eaton may be provided to meet the requirements detailed in the RFQ. 1.1 Anticipated Award Type The Government anticipates an award of a Firm-Fixed-Price (FFP) type Delivery Order as a result of this RFQ. 1.2 Price Schedule The exact quantities are unknown, therefore, it is incumbent upon the quoter to identify all of the required parts and provide the details as part of the submission. Quote pricing can be submitted through use of the provided Standard Form 1449 or use of the table below: Item No. Location Description Quantity Unit Price Total 0001 Maricopa, AZ Site AC Capacitors, including warranty. 0001a Maricopa, AZ Site Removal of Existing, and Installation of new capacitors. 0002 Maricopa, AZ Site DC Capacitors, including warranty. 0002a Maricopa, AZ Site Removal of Existing, and Installation of new capacitors. 0003 Maricopa, AZ Site Cooling Fan Assembly 0003a Maricopa, AZ Site Removal of Existing, and Installation of cooling fans. Total Price: $ SECTION 2 - DESCRIPTION/SPECIFICATIONS This requirement is to procure supplies and services associated with the replacement of capacitors for Eaton brand Uninterruptible Power Supplies (UPS) residing at USDA/ARS Maricopa Arizona research facility. The following table provides supply details of the requirements: Description Part No. Location Eaton UPS PowerWare Model 9315 (160 kva) AC Oil Filled Capacitors & DC Electrolytic Capacitors - including the removal of existing and installation of new capacitors and warranties. UPS Serial Number: EX145ZBA02. Unknown Maricopa, AZ Eaton UPS PowerWare Model 9315 (160 kva) Cooling Fan Assembly - including the removal of existing and installation of new fan assemblies and warranties. UPS Serial Number: EX145ZBA02. Unknown Maricopa, AZ The requirements listed above shall include the labor to remove the existing capacitors and install the new capacitors required. The following details additional performance and acceptance criteria: 1. If damage is done to the capacitor board, the vendor shall be responsible for replacing the board at their expense; 2. Upon replacement, the capacitor and all newly installed parts shall possess a warranty not less than 1 year from installation. The warranty information shall be provided with the quote submittal; 3. All requirements, shall be completed no later than 30 days after receipt of order; 4. Any brand name capacitor is acceptable, however, all supplies/equipment installed shall be compatible with Eaton brand, fit and function and meet all the technical requirements listed herein; 5. Vendors shall be properly certified, as required, to install and operate all equipment being handled as to now void any warranties. SECTION 3 - GENERAL DELIVERY ORDER TERMS AND CONDITIONS 3.1 Deliverables The Contractor shall provide supplies and services to accomplish the requirements listed herein within thirty (30) calendar days after receipt of order. Deliverable schedule is as follows: Description Delivery Date UPS Capacitors and Fan Supplies and Installation Services for all requirements listed herein. Within thirty (30) calendar days of order award date 3.2 Delivery Location Delivery will be made to: U.S. Department of the Agriculture / Agriculture Research Service Arid Land Agricultural Research Center 21881 North Cardon Lane Maricopa, AZ 85138 Points of Contact: Technical: Robert LaMorte Robert.lamorte@ars.usd.agov (520) 316-6390 3.3 Period of Performance The contractor shall contact the Government representative within five (5) days after receipt of award to schedule work that shall be accomplished within thirty (30) days after receipt of award. 3.4 Delivery Order Terms and Conditions In addition to the terms and conditions specified in this Delivery Order, all terms and conditions of the Contractor's GSA Schedule contract shall apply. 3.5 Administrative Considerations All questions and concerns regarding this effort shall be directed to the Contracting Officer identified below. The following individual will perform contract administration for this Delivery Order: U.S. Department of Agriculture ATTN: Paige Francis - Contracting Officer Email: Paige.Francis@ars.usda.gov 3.6 508 Compliance Section 508 of the Rehabilitation Act of 1973 (found at 29 USC 794d) requires access to and use of information by individuals with disabilities. Electronic reports, video footage, and other electronic data are subject to Section 508 guidelines. The GSA Schedule contract will be used to obtain the products included in this requirement. All IT products available from the GSA Schedule comply with the applicable accessibility standards at 36 CFR 1194, which implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov. 3.7 Environmental Requirements The Government's policy is to reduce the adverse environmental impact of our purchasing decisions by buying goods and services from manufacturers and vendors who share our commitment to protect human health and the environment. This policy will reduce our demand for energy and petroleum based products, extending the useful life of products, reusing materials when possible and recycling. In accordance with FAR Part 23, "Environment, Energy and Water Efficiency, Renewable Energy Technologies, Occupational Safety, and Drug-Free Workplace," Federal agencies are required to purchase Federal Energy Management Program (FEMP) designated or ENERGY STAR qualified products. If applicable, it is the contractor's responsibility to ensure that all products offered in response to this solicitation comply with the FEMP and/or ENERGY STAR requirements of FAR Part 23. 3.8 Clauses All GSA Schedule contact clauses apply to this requirement and flow down to any sub- contractors or teaming partners. 3.8.1 Incorporated by Full Text FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (a) The contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibition and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. (End of clause) FAR 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (End of Clause) AQD Custom Clause - Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Apr 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IFP invoice: Included with the electronic IPP invoice shall be an attached itemized (printable) invoice. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer with its proposal or quotation. Invoice Submission The vendor must submit an invoice for payment no later than 30 calendar days after the end of the month of performance of services for each month services are performed. The vendor must notify the contracting officer in writing if the invoice will not be submitted within the specified time frame. Invoices MUST be submitted ELECTRONICALLY. HARD COPIES OF INVOICES WILL NOT BE PROCESSED. The contractor is responsible for ensuring invoices submitted are accurate and complete, and all labor, travel and other direct costs are in accordance with federal guidelines, the Federal Travel Regulations and other Government mandates and directives. Additional supporting documentation MAY BE REQUESTED at the discretion of the COR. INVOICE CONTENTS: Invoices must include, as a minimum, the following information: 1. CLIN/Item number of deliverable 2. Description of deliverable 3. Price of deliverable 4. Quantity of deliverable 5. Date deliverable was provided to the Government for inspection 6. Serial number/part number if applicable INVOICE PAYMENT Payments under this order will be due 30 calendar days after the date of actual receipt of proper invoice in the office designated to receive the original invoice or final acceptance of the goods or services, whichever is later. All payments will be made via electronic funds transfer (EFT). The date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the day payment is made. FINAL INVOICE Within sixty (60) calendar days of product acceptance and/or completion of services for each awarded order: a) The contractor shall submit a final invoice designated as such by a clear statement of "FINAL INVOICE" on the face of the invoice document. b) The contractor shall provide a certificate of completion which certifies all goods and service have been provided as required by the PWS issued with each awarded order. c) The contractor shall provide a release of claims against the Government for any further payment under the awarded order The sixty (60) calendar day submission timeframe shall not be extended without written authorization from the CO. In the event items a, b, or c above are not submitted within the authorized timeframe, the CO will make final cost determinations in order to make final payment and close out the contract unilaterally. (End of Local Clause) Department of the Interior (DOI) Local Clause - Internet Protocol Version 6 (June 2012) (a) Any system hardware, software, firmware and/or networked component (voice, video, or data) developed, procured, or acquired in support and/or performance of this contract shall be capable of transmitting, receiving, processing, forwarding, and storing digital information across system boundaries utilizing system packets that are formatted in accordance with commercial standards of Internet Protocol (IP) version 6 (IPv6) as set forth in the USGv6 Profile (NIST Special Publication 500-267) and corresponding declarations of conformance defined in the USGv6 Test Program. In addition, this system shall maintain interoperability with IPv4 systems and provide at least the same level of performance and reliability capabilities of IPv4 products. (b) Specifically, any new IP product or system developed, acquired, or produced must: (1) Interoperate with both IPv6 and IPv4 systems and products, and (2) Have available contractor/vendor IPv6 technical support for development and implementation and fielded product management. (c) As IPv6 evolves, the Contractor commits to upgrading or providing an appropriate migration path for each item developed, delivered or utilized at no additional cost to the Government. The Contractor shall retrofit all IPv6 capable equipment, at no additional cost to the Government. (d) The Contractor shall provide technical support for both IPv4 and IPv6. (e) Any system or software must be able to operate on networks supporting IPv4, IPv6 or one that supports both. (f) Any product whose non-compliance is discovered and made known to the Contractor within one year after acceptance shall be upgraded, modified or replaced to bring it into compliance at no additional cost to the Government. (End of Clause) AQD Custom Clause - PREVENTION OF MALICIOUS CODE (a) Definitions Malicious code is a computer code developed for the purpose of causing some form of intentional damage to computer systems or networks. Malicious code may be a complete program or code imbedded in software programs that appear to provide useful functions. The term includes computer viruses and other destructive programs, such as "Trojan Horses" and network "worms." (b) The contractor must have in place an anti-virus procedure to ensure that media supplied is uncontaminated by malicious code. (c) The contractor is required to scan all delivered software to insure it is free of malicious code prior to its installation or operation on Government-owned computers or contractor-owned computers connected to Government computer systems or networks. Contractors using diagnostics software disks or connecting to a non-Government computer while performing repairs or upgrades to a Government computer will scan the serviced computer's drive(s) to insure they are free of malicious code upon completion of the service call, or prior to return of serviced equipment, if servicing is performed off-site. (End of Clause) 3.8.2 Provisions Incorporated by Reference This Delivery Order 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://acquisition.gov/far/index.html Provision Title Date 52.212-1 Instructions to Offerors - Commercial Items Oct 2015 3.8.3 Provisions Incorporated by Full Text Federal Acquisition Regulation (FAR) 52.211-6 -- Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Federal Acquisition Regulation (FAR) 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: SEE SECTION 5 of RFQ for evaluation factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options, if applicable, to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.233-2 -- Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Kimberly Nichols Contracting Officer Acquisition Services Directorate 703-964-8437 Kimberly_nichols@ibc.doi.gov (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) DIAR 1452.233-2 SERVICE OF PROTEST DEPARTMENT OF THE INTERIOR (APR 2016) (DEVIATION) (c) A copy of the protest served on the Contracting Officer shall be simultaneously furnished by the protester to the Department of the Interior Assistant Solicitor for Procurement and Patents, 1849 C Street, NW, Room 6511, Washington, D.C. 20240." (End of Provision) Department of the Interior Acquisition Regulation (DIAR) 1452.215-71 Use and Disclosure of Proposal Information-Department of the Interior (APR 1984) (a) Definitions. For the purposes of this provision and the Freedom of Information Act (5 U.S.C. 552), the following terms shall have the meaning set forth below: (1) "Trade Secret" means an unpatented, secret, commercially valuable plan, appliance, formula, or process, which is used for making, preparing, compounding, treating or processing articles or materials which are trade commodities. (2) "Confidential commercial or financial information" means any business information (other than trade secrets) which is exempt from the mandatory disclosure requirement of the Freedom of Information Act, 5 U.S.C. 552. Exemptions from mandatory disclosure which may be applicable to business information contained in proposals include exemption (4), which covers "commercial and financial information obtained from a person and privileged or confidential," and exemption (9), which covers "geological and geophysical information, including maps, concerning wells." (b) If the offeror, or its subcontractor(s), believes that the proposal contains trade secrets or confidential commercial or financial information exempt from disclosure under the Freedom of Information Act, (5 U.S.C. 552), the cover page of each copy of the proposal shall be marked with the following legend: "The information specifically identified on pages of this proposal constitutes trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act. The offeror requests that this information not be disclosed to the public, except as may be required by law. The offeror also requests that this information not be used in whole or part by the government for any purpose other than to evaluate the proposal, except that if a contract is awarded to the offeror as a result of or in connection with the submission of the proposal, the Government shall have the right to use the information to the extent provided in the contract." (c) The offeror shall also specifically identify trade secret information and confidential commercial and financial information on the pages of the proposal on which it appears and shall mark each such page with the following legend: "This page contains trade secrets or confidential commercial and financial information which the offeror believes to be exempt from disclosure under the Freedom of Information Act and which is subject to the legend contained on the cover page of this proposal." (d) Information in a proposal identified by an offeror as trade secret information or confidential commercial and financial information shall be used by the Government only for the purpose of evaluating the proposal, except that (i) if a contract is awarded to the offeror as a result of or in connection with submission of the proposal, the Government shall have the right to use the information as provided in the contract, and (ii) if the same information is obtained from another source without restriction it may be used without restriction. (e) If a request under the Freedom of Information Act seeks access to information in a proposal identified as trade secret information or confidential commercial and financial information, full consideration will be given to the offeror's view that the information constitutes trade secrets or confidential commercial or financial information. The offeror will also be promptly notified of the request and given an opportunity to provide additional evidence and argument in support of its position, unless administratively unfeasible to do so. If it is determined that information claimed by the offeror to be trade secret information or confidential commercial or financial information is not exempt from disclosure under the Freedom of Information Act, the offeror will be notified of this determination prior to disclosure of the information. (f) The Government assumes no liability for the disclosure or use of information contained in a proposal if not marked in accordance with paragraphs (b) and (c) of this provision. If a request under the Freedom of Information Act is made for information in a proposal not marked in accordance with paragraphs (b) and (c) of this provision, the offeror concerned shall be promptly notified of the request and given an opportunity to provide its position to the Government. However, failure of an offeror to mark information contained in a proposal as trade secret information or confidential commercial or financial information will be treated by the Government as evidence that the information is not exempt from disclosure under the Freedom of Information Act, absent a showing that the failure to mark was due to unusual or extenuating circumstances, such as a showing that the offeror had intended to mark, but that markings were omitted from the offeror's proposal due to clerical error. (End of provision) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such fraud, waste, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. FAR 52.209-7 - Information Regarding Responsibility Matters (July 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including delivery and delivery and single-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The quoter [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the quoter checked "has" in paragraph (b) of this provision, the quoter represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the quoter, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the quoter of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the quoter has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the quoter has provided the requested information with regard to each occurrence. (a) The quoter shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). SECTION 4 - QUOTATION PREPARATION INSTRUCTIONS 4.1 Quotation Preparation Instructions The Department of the Interior, Interior Business Center - Acquisition Services Directorate, is issuing this RFQ to solicit GSA Schedule contract for the purpose of entering into a Firm-Fixed Price Delivery Order. The following information must be submitted in order to be considered for award: 1. Price Quote (contractor's format): your price quote shall include the unit price for the item quoted, the extended totals and the total Delivery Order amount. 2. Specifications/Descriptions of all items being submitted (contractor's format). 3. Provide pricing information to include GSA Schedule terms and conditions with any and all discounts taken into consideration. The Government requests a discount from the contract holder's GSA Schedule pricing. The price quote shall show the discount provided. 4. Include any shipping and/or handling charges that apply. 5. Signed Standard Form (SF) 1449, page 1, block 20. 6. The quote must also contain the following: a) Tax Identification Number (TIN) b) Dun and Bradstreet Number (DUNS) c) Complete Business Mailing Address d) Contact Name, phone number, and e-mail Address e) RFQ Number f) Quote Number g) GSA Schedule Contract Number h) Part Numbers i) Delivery Lead Times and delivery date j) Verification of Section 508 compliance for all IT products contained in the quote, if applicable. k) Verification of FEMP and/or ENERGY STAR compliance if required in FAR Part 23 It is the contractor's responsibility to ensure that all products quoted in response to this RFQ comply if applicable. l) Identification of any Schedule-holder or Original Equipment Manufacturer terms and conditions applicable to the quote that non-comply with the terms and conditions of this solicitation Quoters are cautioned that if the Government deems the terms and conditions to be unacceptable, the quoter may be found ineligible for award. For each non-compliant term and/or condition, the quoter shall identify technical and price impacts to its quote if it is not accepted by the Government Your quote may be rejected without further consideration for failure to submit any of the information requested in this RFQ. The potential quoter is required to be registered in the Systems for Award Management (SAM) website as of the date the quote is submitted, which can be accessed at https://www.sam.gov/portal/SAM/#1. The registration must be in active status. 4.2 Method of Quotation Delivery Quotations shall be submitted via GSA's eBuy system by the date and time specified in Section 4.3, Quotation Due Date and Time. Please note it is the quoter's responsibility to ensure/verify that the Government receives their submission on or before the date and time specified. If the quote is not received by the Government on or before the date and time specified, the quoter's submission may be removed from further consideration for award. 4.3 Quotation Due Date and Time The due date for receipt, by the contracting office, of responses to this RFQ shall be via GSA eBuy system on or before 3:00 p.m. Mountain Standard Time, August 10, 2018. 4.4 Assumptions, Conditions, and/or exceptions Quoters must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this RFQ. If not noted in this section of your quote, it will be assumed that the quoter proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the quoter's quote. 4.5 Questions Due Date Questions regarding this RFQ should be sent via GSA's eBuy system. The due date for the receipt of questions is 3:00 p.m. Mountain Standard Time, August 10, 2018. 4.6 Other General Information The Government reserves the right to make an award with or without discussion. Accordingly, prospective quoters should submit their submissions initially on the most favorable terms possible from both a technical and pricing standpoint. The government reserves the right to request additional information as may be necessary to determine the prospective quoter's qualifications for an award or to clarify any aspects of their submissions. Such information shall be furnished promptly upon the government's request. SECTION 5 - EVALUATION OF QUOTATIONS The source selection method for this requirement will be "Lowest Price Technically Acceptable." The Government will evaluate all responsive quotes for technical acceptability on a pass / fail basis and evaluate price reasonableness. Technical Acceptability: Extent to which the Quoted items conform to the specifications contained in Section 2 of the RFQ. All Vendor terms, conditions, and agreements comport with applicable Federal laws, regulations and otherwise satisfy the Government's needs. Quoter shall be an Eaton authorized representative qualified to perform the requirements. Capacitors are to be "brand name or equal", whereby, the technical specifications are to be submitted for evaluation. Price: The price will be evaluated based on the Quoter's price assumptions, an analysis of the overall price and components of the overall price, an analysis of discounts provided, and for price reasonableness. Award will be made to the responsible quoter whose quote is determined to be technically acceptable and quoted the lowest price that is determined fair and reasonable, providing a best value to the Government. The anticipated date of award is September 30th, 2018. The Point of Contact is the Contracting Officer, Mr. Paige C. Francis Sr., who can be reached, BY EMAIL ONLY, at paige.francis@ars.usda.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/902aafa294cbb60d7d44f43c97900d0a)
- Place of Performance
- Address: USDA ARS ALARC, 21880 N. Cardon Lane, Maricopa, Arizona, 85138, United States
- Zip Code: 85138
- Zip Code: 85138
- Record
- SN05038086-W 20180817/180815231053-902aafa294cbb60d7d44f43c97900d0a (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 |