Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
MODIFICATION

59 -- UPS System

Notice Date
9/3/2019
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO MN 148 MSC, 4685 VIPER ST, DULUTH, Mississippi, 55811-6012, United States
 
ZIP Code
55811-6012
 
Solicitation Number
W912LM19Q6034
 
Archive Date
10/31/2019
 
Point of Contact
Rebecca P. Dimler, Phone: 2187887241, Christopher C Fisher, Phone: 2187887242
 
E-Mail Address
rebecca.p.dimler.mil@mail.mil, christopher.c.fisher10.mil@mail.mil
(rebecca.p.dimler.mil@mail.mil, christopher.c.fisher10.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
3 September 2019 ***CHANGE LOG 1*** Response to vendor questions: 1. What is the required UPS load/runtime? Runtime is based on load, which is a calculation that basically gets expressed as KVA. As long as it has the same kVA as what is requrested, we are good. 2. Is installation required? No, intallation is not required. 3. Will an OR EQUAL item suffice? As long as it meets the specifications listed, yes. 4. Is the runtime required required for the full load? Runtime is required for the full load. 5. Is freight to be included in the cost of the UPS unit required? Yes, please include freight costs. 6. Are there bid documents? No, please provide quote using your own standard format. 7. Is there a loading dock to deliver to? No, delivery dock at the delivery point. 8. At full load, how many minutes of runtime are required? Minimum of 30 minutes. All other terms and conditions remain unchanged. 23 August 2019 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement is being issued as a request for quotation (RFQ) and constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-05. This combined synopsis/solicitation is a cascading small business set-aside. North American Industrial Classification Standard 335999 applies to this solicitation; business size standard is 500 employees. The Contracting Officer reserves the right to award under a different NAICS if the company would qualify as a small business under the solicited NAICS. The following is needed: Uninterrupted Power Supply System - 1 each Output power capacity: At least 9.6kWatts / 12.0kVA Nominal Output Voltage: 120V, 208V Output Voltage Note: Configurable for 120/208 or 120/240 output voltage Output Connections: (8) NEMA L5-20R (Battery Backup) (4) NEMA L14-30R (Battery Backup) Input Nominal Input Voltage: 208V Input frequency: 45 - 65 Hz (auto sensing) Input Connections: Hard Wire 4-wire (2PH+N+G) Communications & Management: Interface Port(s): DB-9 RS-232, RJ-45 10/100 Base-T, Smart-Slot Preparing and Submitting your Quote: Offerors shall provide pricing for the above items to the Minnesota Air National Guard, 4680 Viper Street, Duluth, MN 55811-6031. Please make quotes valid until 30 October 2019. All questions must be directed to Rebecca Dimler at rebecca.p.dimler.mil@mail.mil no later than two business days prior to quote due date or may not be considered. All questions and answers must be in writing. Do not contact other Government personnel, as this will only delay receipt of answers. All questions and the answers provided will be released to all eligible offerors on a non-attribution basis. All terms and conditions remain unchanged unless amended in writing. Evaluation: The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, delivery, and past performance factors considered. Technical, delivery and past performance factors, when combined, are approximately equal when compared to price. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to www.SAM.gov to register prior to submitting a quote. At the time of evaluation of your quote, your company shall have an active status in SAM.gov. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. If an individual item of supply is valued at over $5,000, contractor must comply with 252.211-7003 Item Unique Identification and Valuation. VIN, MEID, ESN, GIAI, or GRAI are considered equivalent of a UID. The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Provisions: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Apr 2019); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 2016); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 2014); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2018); FAR 52.204-13, System for Award Management Maintenance (Oct 2018); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212‐1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212‐2, Evaluation-Commercial Items (Oct 2014); FAR 52.212‐3 Alternate I, Offeror Representations and Certifications-Commercial Items (Oct 2018); FAR 52.212‐4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2018); FAR 52.219‐6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222‐21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222‐50, Combating Trafficking in Persons (Jan 2019); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225‐13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018); FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013); FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013); FAR 52.233‐3, Protest After Award (Aug 1996); FAR 52.233‐4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Jan 2019); FAR 52.252‐2, Clauses Incorporated by Reference (Feb 1988); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011); DFARS 252.203‐7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013); DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); DFARS 252.225-7048, Export-Controlled Items (Jun 2013); DFARS 252.232‐7003, Electronic Submission of Payment Requests and Receiving Reports (Dec 2018); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (Dec 2018); DFARS 252.232‐7010, Levies on Contract Payments (Dec 2006); DFARS 252.247‐7023, Transportation of Supplies by Sea (Feb 2019). Provisions and Clauses for this synopsis/solicitation can be found in full text at https://acquisition.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/74f4a10e74e1db0d41beacdf4669cc5f)
 
Place of Performance
Address: 4680 Viper Street, Duluth, Minnesota, 55811, United States
Zip Code: 55811
 
Record
SN05428614-W 20190905/190903231126-74f4a10e74e1db0d41beacdf4669cc5f (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.