SOLICITATION NOTICE
61 -- UNINTERRUPTIBLE POWER SUPPLY
- Notice Date
- 3/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- F9LG0040635100
- Response Due
- 3/18/2004
- Archive Date
- 4/2/2004
- Point of Contact
- Billie Crockett, TSgt, Phone (478)926-9287, Fax (478)926-3590, - Terri Frye, Contract Specialist, Phone (478)926-6111, Fax (478)926-3590,
- E-Mail Address
-
Billie.Crockett@robins.af.mil, Terri.Frye@robins.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Uninterruptible Power Supply Battery and Cabinet Replacement Bldg. #301, In Accordance with Statement of Work (attatched below), at Robins AFB GA. This is a combined synopsis/solicitation for commercial items prepared IAW 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 required and a written solicitation will not be issued. The following clauses are applicable to subject solicitation: FAR 52.212-1 (Instructions to Offerors), 52.212-2 (Evaluation - Commercial Items), 52.212-3 (Offeror Representations and Certifications - Commercial Items), 52.212-4 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items). IAW clause 52.212-2, the evaluation factors shall be: Price and Price related factors, Conformance to performance specifications (SOW). This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC)2001-20. NAICS Code 541519. Place of performance/FOB Robins AFB, GA. Convict labor 52.222-21, Prohibition of Sergregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Act of 1965, As amended 52.222-42, Statement Of Equivalent Rates for Federal Hires 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Contractor Identification Wage Determination 94-2139 Rev.26 dated 05/30/2003 applies to this solicitation. CBD NOTE Total Small Business set-aside applies. All FAR provisions and clauses may be reviewed and/or obtained from internet address http://farsite.hill.af.mil. All responses must be submitted no later than 18 March, 2004. Request For Quotes may be faxed to Billie Crockett at 478 926-3590. Oral Procedures will be used for this solicitation. Quotations may be faxed to (478) 926-3590 Questions concerning this acquisition may be directed to Billie Crockett at 478-926-6111. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. STATEMENT OF WORK FOR UNINTERRUPTIBLE POWER SUPPLY BATTERY AND CABINET REPLACEMENT BUILDING 301, WEST WING FEB 2004 1.0 SCOPE AND OBJECTIVES. remove and dispose of all batteries in the battery bank for UPS system #EK372EXX01,(bldg 301 n/w corner). remove and dispose of the eight EXIDE cabinets. Provide and install 93 batteries and two cabinets. 2.0 CONTRACTOR TASKS. 2.1 The contractor shall remove all the Power TC-12100 batteries now in the batteries bank. The contractor shall remove the eight EXIDE battery cabinets now in the battery room, leaving the Power CR6 cabinet. All removed items shall be disposed in compliance with applicable EPA requirements. 2.2 The contractor shall provide and install two each battery cabinets , INTRAPACK IC06,or POWER CR6, or equivalent. The contractor shall provide and install a 600 amp disconnect on each of these new cabinets. 2.3 The contractor shall provide and install 93 each S12V370 or equivalent batteries made by C&D or DEKA in the battery bank, including any modification of the cabinets if required. 2.4 The contractor shall install and interconnect 31 batteries in each of the three battery cabinets. 2.5 The contractor shall remove all material residue and repair any damage to the facility resulting from his activity. 3.0 PERIOD OF PERFORMANCE The contractor shall complete all work within 30 days of contract award. Work shall be performed during normal duty hours, Monday through Friday 8:00 am to 5:00 pm. Excluding federal holidays
- Place of Performance
- Address: Robins AFB, GA, 31098
- Record
- SN00539758-W 20040310/040308222731 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |