|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 23,1998 PSA#2227ACC Contracting Squadron, 130 Douglas Street, Suite 400, Langley AFB,
VA 23665-2791 70 -- UNINTERRUPTIBLE POWER SYSTEMS SOL F44650-99-T0005 DUE 121098 POC
2Lt Rob Pryor, Contracts Manager, 757-764-4775; Contracting Officer-
Major Curtiss Stewart, 757-764-4737 E-MAIL: click here to contact the
Contract Manager, robert.pryor@langley.af.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in Federal Acquisition Regulation (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
solicitation number is F44650-99-T0005. This solicitation is issued as
a request for quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular (FAC) 97-9 and the 1998 edition of the Defense FAR
Supplement (DFARS). The standard industrial classification code is
5045, Computers and Computer Peripheral Equipment and Software, and the
small business size standard is 100. This procurement is being
conducted as a total small business set-aside. This combined
synopsis/solicitation is for the procurement of the following five (5)
line items: Line Item 0001 -- UninterruptiblePower System (UPS), FE
10-18 Long List Base Unit, Best Power FE 10-12.5 or equal, quantity of
10 each Line Item 0002 -- External Battery Option, Best Power FE 10
KvA- 12.5KvA Option 10fe or equal, quantity of 10 each Line Item 0003
-- Bypass Switch, Best Power FE 10 KvA- 12.5 KvA BPE04BBM1A or equal,
quantity of 10 each Line Item 0004 -- Two Year Manufacturer's Warranty,
quantity of 10 each Line Item 0005 -- Consumer Protection Plan,
quantity of 10 each. Delivery of one each of all line items must be
made f.o.b. destination on or about 8 Jan 99 to Barksdale AFB LA
71110-2100, Whiteman AFB MO 65305, Robins AFB GA 31098, Beale AFB CA
95903, Offutt AFB NE 68113-2040, Grissom ARB IN 46971-5000, Dyess AFB
TX 79607, Fairchild AFB WA 99011-9667, Minot AFB ND 58705, and
McConnell AFB KS 67221. The Air Force intends to conduct this
procurement in accordance with FAR Part 12, Acquisition of Commercial
Items, and FAR Subpart 13.5, Test Program for Certain Commercial Items.
The following FAR provisions and clauses apply to this procurement:
52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-3
(Deviation), Offeror Representations and Certifications -- Commercial
Items; 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, with paragraph (b), clauses
(1), (3), (5), (7), (8), (9), and (10) checked; 52.219-6, Notice of
Total Small Business Set-Aside; and 52.252-5, Authorized Deviations in
Provisions. The following Defense FAR Supplement (DFARS) provisions
and clauses apply to this procurement: 252.212-7000, Offeror
Representations and Certifications -- Commercial Items; 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial
Items, with paragraph (b), clauses 252.225-7001, 252.225-7012, and
252.243-7002 checked; 252.204-7004, Required Central Contractor
Registration; 252.225-7000, Buy American Act -- Balance of Payments
Program Certificate; and 252.232-7009, Payment by Electronic Funds
Transfer (CCR). Include completed copies of the provisions at FAR
52.212-3 (Deviation), Offeror Representations and Certifications --
Commercial Items; DFARS 252.212-7000, Offeror Representations and
Certifications -- Commercial Items; and DFARS 252.225-7000, Buy
American Act -- Balance of Payments Program Certificate, with your
quote. Upon request, the Contracting Officer will make the full text of
all the above mentioned clauses available. Also, the full text of a
clause may be accessed electronically at these Internet addresses: FAR
Clauses -- http://farsite.hill.af.mil/reghtml/far/52_toc.htm DFARS
Clauses 252.201 to 252.214 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_000.htm DFARS Clauses
252.215 to 252.219 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_215.htm DFARS Clauses
252.220 to 252.226 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_220.htm DFARS Clauses
252.227 to 252.231 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_227.htm DFARS Clauses
252.232 to 252.236 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_232.htm DFARS Clauses
252.237 to 252.245 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_237.htm DFARS Clauses
252.246 to 252.251 --
http://farsite.hill.af.mil/reghtml/dfars/dfars252_246.htm Quotes
submitted for the specific brand and part numbers identified in this
notice shall be evaluated on the basis of price quoted. Brand name
equals must be existing items currently available in the commercial
market and shall, at a minimum, meet the following salient
characteristics to be considered equal items: Line Item 0001 -- Input:
208/240VAC, 50/60A; Runtime: 11 minutes full load, 26 minutes
half-load; Battery Charger: 48V/5A; Size: 36.5 x 19 x 32 inches Line
Item 0002 -- Runtime: 73 minutes full load, 179 minutes half-load;
Size: 50 x 29 x 32 inches Line Item 0003 -- Break Before Make (BBM) for
208 to 220V, 80 Amps; Size: 18 x 36 x 9 inches Line Item 0004 -- Must
include repair of UPS damage at no charge due to lightning damage and
provide payment up to $25,000 for damage to connected equipment Line
Item 0005 -- Must provide a local factory trained technician for
start-up of unit, operational test of unit, an annual preventive
maintenance visit, and on-site service calls 24 hours/7 days a week; no
charge for batteries, parts, freight, and labor; 24 hour toll free
service line; renewable upon expiration. When providing quotes for
equal items, contractors shall include with their quotes technical
descriptions of the items being offered (i.e. product literature).
Descriptions shall address, at a minimum, the salient characteristics
identified above for each line item and any additional information
required to enable a thorough evaluation of the items. The deadline for
receipt of quotes is 4:00pm Eastern Time, 10 Dec 98. All responsible
sources may submit quotes by mail or fax for consideration. Award will
be made to the responsible, responsive contractor whose quote
demonstrates compliance with the requirements of this solicitation and
all referenced clauses and whose offered products are evaluated as
providing the best value to the government (pricing, warranty, customer
support, technical specifications, and delivery schedule considered) on
the basis of the information submitted. Contractors shall include both
unit price and total price for each line item with their quote and
identify payment terms and any discounts offered. Total price shall
include delivery. Points of contact for this acquisition are 2Lt Rob
Pryor and Major Curtiss Stewart, who may be contacted by phone at (757)
764-4775 and (757) 764-4737 or by fax at (757) 764-9773. Mailing
address for submission of quotes is ACC Contracting Squadron/LGCT,
Attn: 2Lt Rob Pryor, 130 Douglas Street 4th Floor Suite 402, Langley
AFB, VA 23665-2791. See Note 1. Posted 11/19/98 (W-SN273013). (0323) Loren Data Corp. http://www.ld.com (SYN# 0274 19981123\70-0006.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|