Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 21, 2024 SAM #8272
SOLICITATION NOTICE

59 -- Update - Schneider Electric/APC Uninterruptible Power Supply Refresh

Notice Date
7/19/2024 10:37:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
FA9300 AFTC PZR EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
07152024
 
Response Due
7/22/2024 12:00:00 PM
 
Archive Date
07/24/2024
 
Point of Contact
Suzanna Kussman, CODY GALLAGHER
 
E-Mail Address
suzanna.kussman@us.af.mil, cody.gallagher.1@us.af.mil
(suzanna.kussman@us.af.mil, cody.gallagher.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a Combined Synopsis/Solicitation for the procurement of Schneider Electric/APC UPS Refresh & Maintenance THIS IS A TOTAL SMALL BUSINESS SET-ASIDE LIMITED SOURCE ACQUISTION IAW FAR 13.106-1(b)(1)(i) �Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available,"" for: Schneider Electric/APC. (i) This is a combined synopsis/solicitation for commercial items prepared 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement. (ii) Solicitation Number: 07152024 **Please provide the full solicitation number on all packages** This acquisition requires a�local contractor who can provide the following for Edwards AFB, CA. Period of Performance for CLIN 0001 AND CLIN 0008 Annual Plans: Anticpated through 1 Year from Date of Award, Delivery of CLINs 0002 - 0007: 60 Days ARO. PLEASE VIEW ATTACHED DOCUMENT FOR COMPLETE REQUIREMENT DESCRIPTION AND ANTICIPATED CLAUSES. CLIN | Part # | Item | Qty 0001 | WADVULTRA-MW-09 | (1) Year Advantage Ultra Service Plan for Symmetra MW 400kVA WD0825110151 | 1 0002 |�QWBATT-QMBRS46453-00 | UPS12-400 MR Batteries or Equivalent | 144 0003 | WBATTREPLC-MW-00 |Batt Rplcmnt Srvc for (1) Symmetra MW System - Install and Removal Labor per Battery | 144 0004 | WUPGBATRPL7-UP-02 | Scheduling Upgrade from 5X8 to 7X24 for Existing Battery Replacement Service - per battery | 144 0005 | WBATTDISP | Battery Disposal Service - per battery | 1 0006 | 0J-490-0039-001 | FAN 150X55 277V AC 6.43M3/MIN 54DB | 16 0007 | WSRVQCMI96228-00 | PRODUCT GALAXY 5000 100KVA 5X8 FAN REPLACEMENT AND DISPOSAL SERVICE, INSTALL NO TPP | 1 0008 | WADVULTRA-PX-37 | (1) Year Advantage Ultra Service Plan for (1) Symmetra PX UPS 70kVA 80 or 100 frame UPS and/or PDU | 1 Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received.� Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05 and DFARS Change 05/30/2024 and DAFAC 2024-0612. (iv) THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET-ASIDE and a LIMITED SOURCE ACQUISTION IAW FAR 13.106-1(b)(1)(i) for the manufacturer Schneider Electric/APC. The North American Industry Classification System (NAICS) number for this acquisition is 335999 �All Other Miscellaneous Electrical Equipment and Component Manufacturing� and the Small Business Size Standard is 600 employees. The potential Product Service Code assigned to this procurement is 5975 �Electrical Hardware Supplies.� (v) Period of Performance: CLINs 0001 and 0008: Anticipated 1 Year from Date of Award CLINs 0002 � 0007 Delivery: 60 Days ARO (vi) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1.� PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE: 1. SAM UEI 2. CAGE Code: 3. Contractor Name: 4. Payment Terms (net 30) or Discount: 5. POC Name, Phone Number, Email: 6. Warranty: 7. Date Offer Expires: 8. FOB Destination: 11: Estimated Delivery Lead Time:� 12. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Feb 2024) or notification that FAR 52.212-3 representation and certifications are available on SAM.gov� (ix)� The provision at FAR 52.212-2, Evaluation�Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: ***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive*** The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide the Schneider Electric/APC UPS Refresh in accordance with the requirements. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government. Evaluation Factors: 1. Price 2. Technically Acceptability Technically Acceptable Subfactors: Ability to provide the brand name Schneider Electric/APC The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA. PLEASE VIEW ATTACHED DOCUMENT FOR COMPLETE REQUIREMENT DESCRIPTION AND ANTICIPATED CLAUSES. (xii)�Additional Contract Requirement or Terms and Conditions: The final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/. (xiii) Defense Priorities and Allocation System (DPAS): N/A (xiv) Quote Submission Information: It is the government�s intent to award without discussions.� Therefore, each initial quote should contain the offeror�s best terms from a price and technical standpoint.� However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Questions are due by 17 July 2024 at 12:00pm Pacific Daylight Time (PDT). Offers are due by 22 July 2024 at 12:00 PM, Pacific Daylight Time (PDT). No late submissions will be accepted. (xv) For additional information regarding this solicitation contact: Primary Point of Contact: Suzanna Kussman, Contracting Officer, suzanna.kussman@us.af.mil or the Secondary Point of Contact: Cody A. Gallagher, Contract Specialist, cody.gallagher.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2093e8ac45449f68ca2f3d40f97012f/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07136325-F 20240721/240719230112 (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.