Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2021 SAM #7319
SOLICITATION NOTICE

J -- HVAC Maintenance and UPS Battery Replacement Services

Notice Date
12/13/2021 1:33:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
DEFENSE FINANCE AND ACCOUNTING SVC COLUMBUS OH 432131152 USA
 
ZIP Code
432131152
 
Solicitation Number
HQ042322R0007
 
Response Due
1/3/2022 10:00:00 AM
 
Archive Date
01/18/2022
 
Point of Contact
Aram M. Duell, Phone: 6147013611, Anthony M. Svab, Phone: 6147014283
 
E-Mail Address
aram.m.duell.civ@mail.mil, anthony.m.svab2.civ@mail.mil
(aram.m.duell.civ@mail.mil, anthony.m.svab2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
HQ0423-22-R-0007 REQUEST FOR QUOTE (RFQ) HVAC Maintenance and UPS Battery Replacement Services Title of requirement:� HVAC Maintenance and UPS Battery Replacement Services for Defense Finance and Accounting Service Rome (DFAS-IN) This is a combined synopsis/solicitation (RFQ) for the acquisition of High Volume Air Conditioning (HVAC) unit maintenance and UPS battery replacement services for Defense Finance and Accounting Service Indianapolis, IN (DFAS-IN) in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This will be a total small business set aside.� NAICS code for this announcement is 238220 with small business size standard of $16.5 million. Reference No.: NITYU22RV223 SOLICITATION CLOSING DATE:� All quotes must be received by the closing date/time on January 3, 2022 at 1:00 PM eastern.� Preferred delivery method for submission of your quote is via email: anthony.m.svab2.civ@mail.mil.� Quotes shall include at a minimum, in addition to the items listed in the section �BASIS for AWARD� below, the following: Unit pricing per line item as shown on the separately attached schedule of items table; Vendor Contact Name, Phone Number and Email Address Company Cage Code and DUNS Number Tax Identification Number Business Size:� Small/Large/Other: _______________ Place of Manufacture IMPORTANT REMINDERS:� Prior to submission of quote, please verify your registration is current and active via the System for Award Management (SAM): https://www.sam.gov/. Note: A Schedule of Items table has been provided as a separate attachment to assist with supplying the required pricing and vendor contact information. Attached Documents: Performance Work Statement (PWS), Schedule of Items, and Full Text (Clauses and Provisions). Issued by: Point of Contact: Anthony Svab DFAS Contract Services Directorate 3990 E Broad Street Bldg. 21 Columbus, OH� 43213-1152 Phone:� 614-701-4283 Email address:� anthony.m.svab2.civ@mail.mil Contract Type:� Under FAR Part 13.3 the Government intends to award a single firm fixed Price (FFP) award.� REQUIRED: Page 1-2 of the document �Full Text� must be completed by the vendor and sent in with that vendor�s quote. Failure to complete the necessary representations of these two (2) provisions will result in that vendor�s quote NOT be considered for award. Description of Requirement:� This procurement is to provide annual maintenance for one High Volume Air Conditioning (HVAC) units located at 8899 E. 56th Street, Indianapolis, IN 46158. These are Liebert-manufactured units and require qualified (certified) systems vendors for maintenance. They need to maintain climate-controlled environments for sensitive information technology equipment to prevent failure or damage to both equipment and data. The maintenance plan required is the Liebert pre-packaged essential service plan for on-site support from a qualified (certified) systems vendor in order to assure the equipment functions properly and protects the valuable computer equipment and personnel in those areas. Additionally, Data Center UPS Battery Replacement of 240 batteries and the replacement of 100 Tripplite UPS Batteries will also be replaced. Please refer to the Performance Work Statement (PWS) for more details. Warranties: The contractor shall provide all services associated with manufactures Lifetime Limited warranty to include shipping and all other fees within the first 90 days. Period of Performance: This contract will be established for a one (1) year base period from 2/4/2022 through 2/3/2023. Place of Performance:� DFAS Indianapolis: 8899 East 56th Street Indianapolis, IN 46249 � List any Acceptance Criteria:�� All or none basis. BASIS FOR SELECTION:� The Government will award a single contract to the Contractor whose quote is determined to be best price. All quotes MUST state that they are a licensed Liebert reseller. Failure to state this will result in the quote being removed from consideration. Cost of Quotes:� Expenses incurred in the preparation of quotes in response to this RFQ are the vendor�s sole responsibility and not reimbursable by the Government.� Invoicing and Payment:� Invoices shall be submitted as a 2-in-1 or Combo invoice via Wide Area Workflow (WAWF) to a WAWF acceptor that will be identified in the resulting contract per DFARS Clause 252.232-7006 Wide Area Work Flow.� It is the Contractor�s responsibility to register in the WAWF system in order to insure prompt payment.� Once the invoice is received in WAWF, the Acceptor will review and if correct accept it for payment. Contracting Officer�s Representative (COR):� The COR will act as the on-site, technical point-of-contact for the Government during execution of this contract.� The COR�s authority is limited to technical issues and is not authorized to make contractual decisions.� The COR will monitor performance, funding and payment requirements.� An alternate, will be assigned if the designated COR is unavailable.� COR will be provided upon award of any resultant contract. Applicable Provisions and Clauses:� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01.� The Government intends to include the following FAR and DFAR clauses and provisions, either by reference or in full text in the resulting award.� NOTE:� The FAR and DFARS clauses may be accessed in full text at http://www.acquisition.gov/browse/index/far.� Provisions by Reference:� 52.204-7 System for Award Management OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.212-1 Instructions to Offerors � Commercial Items JUN 2020 52.212-3 Offeror Representations and Certifications�Commercial Items FEB 2021 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7008 Compliance Safeguarding Covered Defense Information Controls OCT 2016 252.204-7019 Notice of NIST SO 800-171 DoD Assessment Requirements NOV 2020 Clauses By Reference: 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representation and Certifications DEC 2014 52.211-17 Delivery of Excess Quantities SEPT 1989 52.212-4 Contract Terms and Conditions � Commercial Items OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer�s Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DEC 2019 252.204-7015 Notice of Authorized Disclosure of Information to Litigation Support Contractors MAY 2016 252.204-7020 NIST SP 800-171 DoD Assessment Requirements NOV 2020 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American and Balance of Payments Program DEC 2017 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area Workflow Payment Instructions DEC 2018 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JAN 2021 252.247-7023 Transportation of Supplies by Sea � Basic FEB 2019 Incorporated by Full Text:� The following provisions and clauses in full text have been separately attached: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020 52.204-26 Covered Telecommunications Equipment or Services � Representation OCT 2020 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders � Commercial Items JAN 2021 52.217-8 Option to Extend Services NOV 1999 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 QUESTIONS AND INQUIRIES CONCERNING THIS RFQ:� All questions and inquiries concerning any aspect of this requirement must be submitted in writing to aram.m.duell.civ@mail.mil. Telephone requests will not be honored.� The Government�s response to inquiries will be made in writing.� Any resulting additions, deletions or changes to the RFQ will be made by issuances of a formal amendment.� Quoters are instructed specifically to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award.� PLEASE NOTE:� A quotation does not constitute an award; therefore, an obligation to your company is not official until you receive a purchase order.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d96916abf42444c294ef7bc583381682/view)
 
Place of Performance
Address: Indianapolis, IN 46249, USA
Zip Code: 46249
Country: USA
 
Record
SN06196346-F 20211215/211213230112 (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.