Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2021 SAM #7172
SOLICITATION NOTICE

J -- Power Plant Battery Maintenance

Notice Date
7/19/2021 2:17:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S3AC1140AQ01
 
Response Due
7/26/2021 10:00:00 AM
 
Archive Date
08/10/2021
 
Point of Contact
Brian Wu, Phone: 6612778472, Rochelle Adams
 
E-Mail Address
brian.wu@us.af.mil, rochelle.adams@us.af.mil
(brian.wu@us.af.mil, rochelle.adams@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Air Force Flight Test Center at Edwards Air Force Base has a requirement for Power Plant Battery Maintenance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for a quote (RFQ) The NAICS code is 335911. This requirement is a 100% small business set aside. Description of the requirement is as follows: I. SCOPE OF WORK The contractor shall provide all personnel, labor, transportation, tools, technical data/manuals, expertise, supervision, and all services necessary to perform two PMI per year in support and maintenance of the installed 7 Generex BACS Monitoring for the locations listed: 1. Bldg 2600 2. Bldg 2600 Room 114 3. Bldg 4231 (SN1) 4. Bldg P300 (SN2) 5. Bldg 5557(SN3) 6. Bldg 8359 (SN4) II. SPECIFICATIONS The contractor shall perform an annual inspection and maintenance on 7 existing Generex BACS Monitoring systems that support: 1. Bldg. 2600 (Host) Battery Room Brand: GNB Absolyte Model: 100G-63 String: 1 Count: 72 String: 2 Count: 72 2. Bldg. 2600 (Host) Room 114 Brand: GNB Absolyte Model: 50G-07 String: 1 Count: 24 String: 2 Count: 24 3. Bldg. 4231 (SN1) Brand: GNB Absolyte Model: 100G-23 String: 1 Count: 24 4. Bldg. P300 (SN2) Brand: GNB Absolyte Model: 100G-23 String: 1 Count: 24 5. Bldg. 5557 (SN3) Brand: GNB Absolyte Model: 100G-25 String: 1 Count: 24 6. Bldg. 8359 (SN4) Brand: GNB Absolyte Model: 100G-19 String: 1 Count: 24 String: 2 Count: 24 III. REQUIREMENTS The contractor shall provide an annual inspection and necessary preventative maintenance to the above mentioned power/battery plant monitoring tools. Maintenance specifications: a. Perform full system calibration check and firmware update a. Inspect all battery posts for signs of leakage b. Complete full impedance and conductance testing c. Download, compile and review all available historical data for trending analysis d. Complete any alarm testing requested e. Re-adhere all modules where required f. Verify all BACS Viewer installation and retrieved data g. Verify time server function is operational h. Check all physical battery and battery monitoring connections i. Verify email and remote alarms are indicating (where installed) Upon completion of the annual service, the contractor shall provide a post-mortem report detailing the findings during the inspection and maintenance. NOTE: Work must be completed by an authorized GENEREX technician or the warranty will be void. IAW DFARS 252.204-7004, all contractors responding must be registered with the System for Award Management (SAM). To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR/DFARS Representations and Certification at http://www.sam.gov. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: a. DUNS Numbers: b. TIN Number: c. CAGE Code: d. Contractor Name: e. Payment Terms (net30) or Discount: f. Point of Contact and Phone Number: g. Email address: h. FOB (destination): i. Warranty (if applicable) This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. The Government reserves the right to add or remove any provision or clause for its benefit. Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities); 52.204-18 Commercial and Government Entity Code Maintenance, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.222-3 Convict Labor, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); 52.228-5, Insurance � Work on a Government Installation. The following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006 Wide Area Workflow Payment Instructions, 252.232-7010 Levies on Contract Payments, 252.244-7000 Subcontracts for Commercial Items, 5352.201-9101 Ombudsman. If your company is capable of providing the required inspection and maintenance, please submit a quote not later than Monday, 26 July 2021 1:00 p.m. Pacific Standard Time. to: Directorate of Contracting, AFTC/PZIOA, ATTN: Brian Wu, 5 S. Wolfe Avenue, Edwards AFB, CA. 953234-1185. Ensure your proposal addresses the requirement in the Instructions and Notices to Offerors and your ability to meet the selection criteria in the award evaluation. Please direct all inquiries concerning this Request for Proposal to: Brian Wu, e-mail to brian.wu@us.af.mil. There are two attachments to this solicitation: (1) Solicitation Document (2) Performance Work Statement (PWS). Contracting Office Address: Department of the Air Force, Air Force Materiel Command, AFTC � Air Force Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185 Point of Contact(s): Brian Wu, Contracting Specialist, email: brian.wu@us.af.mil, Rochelle Adams , Contracting Officer, email: rochelle.adams@us.af.mi
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/eef5250a03f740b5afda27f142420cc5/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06065493-F 20210721/210719230111 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.