Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2022 SAM #7567
SOLICITATION NOTICE

D -- Maintenance Support Services for Eaton 9390 UPS

Notice Date
8/17/2022 6:23:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND22QNB670448
 
Response Due
8/24/2022 8:00:00 AM
 
Archive Date
09/08/2022
 
Point of Contact
January Magyar, Phone: 3019755442, Keith Bubar, Phone: 3019758329
 
E-Mail Address
january.magyar@nist.gov, keith.bubar@nist.gov
(january.magyar@nist.gov, keith.bubar@nist.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis / Solicitation for Commercial Items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation of Commercial Items � as supplemented with additional information included in this notice. The solicitation is issued using simplified acquisition procedures under the authority of FAR Part 13. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION DOCUMENT (i.e. STANDARD FORM) WILL NOT BE ISSUED. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04 dated 01-30-2022. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 � All Other Miscellaneous Electrical Equipment and Component Manufacturing.� The small business size standard is 500 employees. This acquisition is 100% set aside for small businesses. This is a BRAND-NAME ONLY requirement. Background The National Institute of Standards and Technology (NIST) Wireless Networks Division (WND) owns and operates an Eaton 9390-40-80 UPS. To ensure continuity of research efforts to improve the quality and timeliness of standards for next generation networking technologies, it is important that the UPS be maintained at full operational performance. Therefore, maintenance support services are required. Objectives The purpose of this requirement is to acquire an Eaton 9390 UPS Maintenance Services Agreement and capacitor and battery replacement services. Brand-Name Justification Only Eaton Corporation and its authorized resellers have proprietary knowledge of all up-to-date service practice techniques required to keep its batteries operating in accordance with the manufacturer's specifications. Only Eaton and its authorized sellers can supply the required replacement components and service guaranteeing that the components will be fully compatible with the batteries while meeting the manufacturer's specifications. More specifically, Eaton and its authorized resellers are the only authorized providers of service support with the Eaton developed proprietary service software for 3-phase UPS products. Eaton does not train, certify, or support independent third-party service providers to deliver and service its UPS and power quality products. Software and firmware updates are protected on their internal network and not available to their customers - an Eaton CSE must install them. Software and firmware updates are protected on Eaton's internal network and not available to their customers; an Eaton CSE must install them. Use of service technicians other than Eaton-certified technicians for installation, repair, and maintenance services will void the pre-existing service contracts/warranties � making the consumer responsible for repairs. Required Specifications Please see the attached Statement of Work for details. PERIOD OF PERFORMANCE The period of performance shall be as follows: CLIN 0001:������������������������ Within 90 days from date of award CLIN 0002:������������������������ Within 90 days from date of award CLIN 0003:������������������������ September 1, 2022 � August 31, 2023 CLIN 0004:������������������������ September 1, 2023 � August 31, 2025 PAYMENT TERMS The Contractor shall be paid, in accordance with Net 30-day payment terms, upon receipt and acceptance of a proper invoice, in accordance with the following payment schedule:� CLINs 0001 and 0002 � upon successful completion of requirements and Government�s acceptance CLINs 0003 and 0004 � quarterly in arrears APPLICABLE PROVISIONS AND CLAUSES Please see the attached document for applicable provisions and clauses. QUESTION AND ANSWER PERIOD CAR 1352.215-73 INQUIRIES (APR 2010): � Quoters must submit all questions concerning this solicitation in writing electronically to Ms. January Magyar, Contract Specialist, at january.magyar@nist.gov. Questions must be received by or before August 19, 2022 at 5:00 PM ET. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.� (End of Provision). � DUE DATE FOR QUOTATIONS All quotations must be submitted via email to Ms. January Magyar, Contract Specialist, at January.magyar@nist.gov. Submission must be received not later than August 24, 2022 at 11:00 AM ET. REQUIRED SUBMISSIONS 1. For the purpose of evaluation of Technical Capability: Documentation and product literature, which clearly demonstrates that the items being quoted conform to the specifications for each required line item identified herein. Documentation must clearly demonstrate that Eaton-manufactured components are being proposed. The quotation must clearly provide the requested pricing for each of the line items as described in this solicitation.� Additionally: Documentation must be provided with the quotation confirming in writing that a current Eaton Customer Service Engineer (CSE) will perform the required services. Further, the quoter must provide written validation, from Eaton, that Eaton has received a service contract from the quoter for the work described in the attached Statement of Work. Each Offeror shall submit a copy of its Eaton Authorized Power Specialist letter. 2. For the purpose of evaluation of Price: A firm-fixed price, FOB Destination price quotation for each identified line item. 3. Contractor UEI UEI shall be used to verify the quoter�s active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. � 4. Completed Provisions Please complete the highlighted areas in the applicable provisions and clauses documents and return with submissions. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror�s FSS or GWAC contract, and the statement required above shall be included in the quotation. � CONTRACT LINE ITEM STRUCTURE: Responsible quoters shall provide pricing for the following line items: LINE ITEM 0001: The contractor shall provide Eaton Proactive Anytime Capacitor Replacement Services in accordance with the attached Statement of Requirements LINE ITEM 0002: The contractor shall provide Eaton Proactive Battery Replacement Services in accordance with the attached Statement of Requirements LINE ITEM 0003:� The Contractor shall provide a one (1) year Flex Service contract for the maintenance and repair of the Eaton 9390-40-80 UPS in accordance with the attached Statement of Requirements LINE ITEM 0004:� The Contractor shall provide a two-year extended Flex Service contract for the maintenance and repair of the Eaton 9390-40-80 UPS in accordance with the attached Statement of Requirements EVALUATION CRITERIA AND BASIS FOR AWARD In accordance with FAR 52.212-2: Evaluation � Commercial Items as included in the attached Applicable Provisions and Clauses document, the Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price technically acceptable quotation. A quotation will only be considered technically acceptable if it clearly demonstrates compliance with the attached Statement of Requirements, provides a firm fixed price for each CLIN as a whole, and meets each of the requirements detailed in the REQUIRED SUBMISSIONS section of this solicitation. Price will be evaluated for reasonableness.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb74dcc9509f4abf8d44987980c0aa6f/view)
 
Place of Performance
Address: Gaithersburg, MD 20899, USA
Zip Code: 20899
Country: USA
 
Record
SN06430403-F 20220819/220817230124 (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.