Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

J -- Direct Current Back-Up System (DC BUS) Power Supply

Notice Date
3/25/2020 11:40:09 AM
 
Notice Type
Solicitation
 
NAICS
33599 —
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
693KA8-20-R-00008
 
Response Due
3/30/2020 2:00:00 PM
 
Archive Date
04/14/2020
 
Point of Contact
Leslie Fisher
 
E-Mail Address
leslie.fisher@faa.gov
(leslie.fisher@faa.gov)
 
Description
The purpose of Amendment 00004 is to: �1.� To provide SF 30 2.� To provide�Section L _ Instructions Conditions and Notices to Offerors_Amend 0004 3.�To provide�Section M_Evaluation Factors For Award _Amend 0004. PLEASE NOTE THE EXTENDED PROPOSAL SUBMISSIONS DUE DATE and TIME: Monday, March 30, 2020 @ 5 pm Eastern Time ********************************* The purpose of Amendment 00003 is to: To provide Attachment � SF 33. Industry is to address the provided SF 33_Amend 00003 pertaining to��Amendments 1, 2, and 3. (Vol. 1 OFFER and OTHER DOCUMENTS, Section 1: Solicitation Cover Page (and amendments if applicable) - signed by authorized representative of company. To respond to one question omitted at time of posting Amend 00002 - Industry Errors, Omissions and Questions, Requests for Clarifications. The FAA has provided: FAA Responses to FAA Responses to Questions, Requests for Clarifications_Amend 3 To provide�Section L _ Instructions Conditions and Notices to Offerors_Amend 0003. Combines all three amendments' edits/changes/deletions. Proposal Submissions Due:� No Later Than 2:00 pm EST on Friday, 03/27/2020� ***************** Please note that Section L _ Instructions Conditions and Notices to Offerors_Amend 0002 did not attach in the orignal posting at 3/10/2020 3:17 pm, this edit is to attach the document.� The purpose of Amendment 2 is to: ***�FAA RESPONSES to Questions, Requests for Clarifications:� FAA will post by�5:00 p.m., EST, Wednesday, 03/10/2020 is CORRECTED to reflect TUESDAY, 03/10/2020.� To provide Attachment � SF 33. Industry is to address the provided SF 33 for both Amendment 1 and 2. (Vol. 1 OFFER and OTHER DOCUMENTS, Section 1: Solicitation Cover Page (and amendments if applicable) - signed by authorized representative of company. To respond to Industry Errors, Omissions and Questions, Requests for Clarifications. The FAA has provided: FAA Responses to FAA Responses to Questions, Requests for Clarifications_Amend 2 To provide those Attachments/Documents with edits/changes/deletions. ALL changes/edits/deletions within the document will be in RED FONT.� Please Note that Section B.4 has been provided in BOTH a pdf and editable format: �Attach J.02 CDRLS and DIDs_Amend 00002 Section B.4 Price Schedule_Amend 00002 (both editable excel and pdf) Section C_Statement of Work_Amend 00002 Section F_Deliveries or Performacnes_Amend 00002 Section G_Contract Admin Data_Amend 00002 Section L_Instructions, Conditions and Notices to Offerors_Amend 00002 Section M_Evaluation Factors For Award_Amend 00002 Attach J.01 DC Bus Specification_Amend 00002 Attach J.24 DC Bus Module Performance Specification Compliance_Amend 00002 (Both editable and pdf) Attach J.25 DC Bus Equipment Characteristics Specifications Compliance_Amend 00002 SF 33 Solicitation, Offer and Award _ Amend 0001 and 0002 ****************** AMENDMENT 00001 is to correct the conflicting dates between the cover page in the original posting below and the individual document, PART IV - SECTION L: INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS� //��L.3 INFORMATION AND CONSIDERATIONS AFFECTING OFFEROR PROPOSAL SUBMISSIONS� // Paragraph (e) projected schedule for this SIR / Milestone Table has been amended to reflect the following dates. (Amendment 00001, Section L provided). Errors, Omissions:� DUE BY 2:00 p.m., EST, Tuesday, 03/03/2020. If any Offeror believes that these instructions contain an error, omission, or are otherwise unsound, the Offeror must immediately notify the Contracting Officer in email with supporting rationale.� Discrepancies not brought to the attention of the Contracting Officer prior to proposal submission, are waived. Questions, Requests for Clarifications:� DUE BY 2:00 p.m., EST, Tuesday, 03/03/2020.��All questions and clarifications related to this SIR:� Must be forwarded via email to the�Contracting Officer. In an edible format (excel preferred), mapped back to the SIR Document, then SIR�section/page, any other identifier, lastly,�Offeror question/request for clarification.� FAA RESPONSES to Questions, Requests for Clarifications:� FAA will post by�5:00 p.m., EST, Wednesday, 03/10/2020.� PROPOSALS are DUE to the Contracting Officer BY 2:00 p.m., EST., Friday, 03/27/2020. The Contracting Officer commits to providing an email response to each vendor�and�each email�of the successful download of all attachments. ********************** ********************** This Screening�Information Request (SIR) is issued in accordance with Federal Aviation Administration�(FAA) Acquisition Management System (AMS) 3.2.1.3.11 Please note that the Acquisition Management System (AMS) applies to the FAA in place of the Federal Acquisition Regulation (FAR) and various other provisions for Federal acquisition law. FAR references cited in beta.SAM are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance references in the AMS. This SIR is not to be construed as a contract or a commitment of any kind. The FAA anticipates making a single award, though reserves the right to make multiple awards or no award at all if doing so is determined to be in the best interest of the government. The contract type is anticipated to be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a Period of Performance (POP) of one�two-year base period with four, two-year options, for�a potential POP of�10-years. The Federal Aviation Administration (FAA) has a requirement for life cycle in-service support of Direct Current Back-Up System (DC BUS) uninterruptible power supplies. The FAA has acquired Commercial Off-the-Shelf/Non Developmental Items (COTS/NDI) DC BUS equipment. DC BUS equipment is required to provide conditioned, uninterruptible electrical power to support critical National Air Space (NAS) communication and electronic equipment. An initial Market Survey was conducted under Announcement 28778 / 28778-0001 CLOSE DATE 01/05/2018 For the purposes of the subject SIR:� Offerors must comply with the instructions issued within Section L:� Instructions, Conditions and Notices to Offerors. Failure to comply with Section L�may result in a determination that the Offeror�s proposal is non-compliant.� Expenses Related to Offerors Submissions: Offerors are hereby advised all costs associated with the development and/or submission of any aspect of their proposal will not be reimbursed by the FAA. Dispositions of Proposals: Proposals will not be returned Errors, Omissions:� DUE BY 2:00 p.m., EST, Tuesday, 03/10/2020. If any Offeror believes that these instructions contain an error, omission, or are otherwise unsound, the Offeror must immediately notify the Contracting Officer in email with supporting rationale.� Discrepancies not brought to the attention of the Contracting Officer prior to proposal submission, are waived. Questions, Requests for Clarifications:� DUE BY 2:00 p.m., EST, Tuesday, 03/10/2020.��All questions and clarifications related to this SIR:� Must be forwarded via email to the�Contracting Officer. In an edible format (excel preferred), mapped back to the SIR Document, then SIR�section/page, any other identifier, lastly,�Offeror question/request for clarification.� FAA RESPONSES to Questions, Requests for Clarifications:� FAA will post by�5:00 p.m., EST, Wednesday, 03/18/2020.� PROPOSALS are DUE to the Contracting Officer BY 2:00 p.m., EST., Friday, 03/27/2020. The Contracting Officer commits to providing an email response to each vendor�and�each email�of the successful download of all attachments.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/30f718f3b2b7468db6bde4687ccdc06e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05599796-F 20200327/200325230140 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.