SOLICITATION NOTICE
J -- Uninterrupted Power Supply (UPS) Maintenance
- Notice Date
- 9/13/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- General Services Administration, Federal Technology Service (FTS), FTS, 7T-6 Southwest Texas, 100 NE Loop 410, Ste 1400, San Antonio, TX, 78216, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FMW757002T6
- Response Due
- 9/20/2007
- Description
- The contractor will be required to provide all materials and labor to perform the work described herein to support 7 x 24 maintenance/repair for the Powerware Model 225 SR UPS. 2.0 Points of Contact. 2.1 Project Manager: Michael Watts 100 N.E. Loop 410 Suite 1400 San Antonio, Texas 78216 210-340-1680 Fax: 210-341-8304 email: Michael.watts@gsa.gov 2.2 GSA Contracting Officer (CO) Keith George 100 N.E. Loop 410 Suite 1400 San Antonio, Texas 78216 210-340-1781 keith.george@gsa.gov 3.0 INTRODUCTION/BACKGROUND: This task order is to support the Indian Health Service, Office of Information Technology. 24 hour/7 day maintenance/repair with 8 hour response is needed for the on site Uninterrupted Power Supply, Powerware model 225 SR. 4.0 CONTRACT TYPE. Firm Fixed Price. 5.0 PERIOD OF PERFORMANCE. The task order will be awarded with a base year and 2 option years. Performance begins upon task order award date. 6.0 CONTRACTOR FURNISHED ITEMS. The contractor shall be required to provide all materials and labor to perform the work described herein to complete this task order. 7.0 GOVERNMENT FURNISHED ITEMS. None 8.0 KEY PERSONNEL. The contractor shall identify a point of contact available 7 days a week, 24 hours a day to respond or coordinate the response in relation any UPS maintenance/repair issues. 9.0 SECTION 508 COMPLIANCE: N/A 10.0 SECURITY: FAR Clause 52.204-9 Personal Identity Verification of Contractor Personnel. The Contractor shall comply with agency personal identity verification procedures identified in the contract that implements Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. 10.1 Homeland Security Presidential Directive 12 (HSPD-12) was issued to implement the policy of the United States to enhance security, increase Government efficiency, reduce identity fraud, and protect personal privacy by establishing a mandatory, Government-wide standard for secure and reliable forms of identification issued by the Federal Government to its employees and contractors (including contractor employees). Under this directive, the heads of executive departments and agencies are required to implement programs to ensure that identification issued by their departments and agencies to Federal employees and contractors meets the Standard. This policy can be found at the following website: http://www.whitehouse.gov/news/releases/2004/08/20040827-8.html . 10.2 In performance of services under this task, contractor shall insure all its personnel who require physical access to federally controlled facilities and access to federally controlled information systems have been issued identification in compliance with HSPD-12 policy. In their proposals, offerors shall confirm their compliance with HSPD-12 policy and affirm their employees working on the task have been cleared for access by the client agency?s responsible Security/Identification office. 10.3 The Security/Identification point of contact for the client agency that is responsible for implementing their HSPD-12 compliant policy is: Martha Aragon, phone: 505-248-4511, e-mail: martha.aragon@ihs.hhs.gov All costs associated with obtaining necessary clearances shall be borne by the contractor. 11.0 OBJECTIVE: Provide 24x7 maintenance/repair service coverage for client?s existing Powerware System 225 SR UPS to include the sealed battery/batteries. Response time is 8 hours. 12.0 PERFORMANCE REQUIREMENTS. 12.1 Provide 7 days a week 24 hours a day, 8 hour response to maintain/repair UPS outages to include sealed battery/batteries. 12.2 Provide 7 days a week 24 hours a day point of contact for client to report outages. 12.3 Conduct at a minimum scheduled bi-annual preventative maintenance inspections/tests on complete UPS system. 13.0 METHOD OF AWARD: 13.1 The Government will make award to the responsible offeror whose offer conforms to the SOW and is most advantageous to the Government with respect to total price. For this SOW, the award will be made to the vendor with the lowest priced proposal. 13.2 Price Proposal Evaluation. The offerors? proposals will be evaluated to determine price reasonableness. Prices that are excessively high or low may be considered unreasonable, and may receive no further consideration. 14.0 PROPOSAL SUBMISSION 14.1 The contractor shall submit a written proposal before the due date and time for this RFQ. 12.2 The Government reserves the right to make award without discussions. Submissions must include pricing for the base year and option years. Your proposal shall include the following: 12.2.1 A statement that your company understands the requirements specified in the Statement of Work. 12.2.2 A statement that your company is capable of performing the SOW requirements. 12.2.3 A price proposal specifying that proposed pricing is firm fixed price. Your proposal must also demonstrate the rationale used to develop pricing. If Other Direct Costs are proposed, you must include a breakout of those costs. 12.2.4 On your cover page to your proposal, please provide the following information: Whether you are a small or large business; and if you are a small business, disadvantaged or small women-owned, or veteran owned business. Your remittance address, facsimile number, and mailing address. Your DUNS number and Tax ID number. Confirmation that you are registered in the Central Contract Registration. 13.0 TRAVEL. No travel is required for this task order. 14.0 OTHER DIRECT COSTS (ODC?S): No ODC?s are anticipated. 15.0 PROCEDURES FOR PAYMENT: PROMPT PAYMENT TERMS The vendor will provide prompt payment discount terms in their proposal. 16.0 INVOICING INSTRUCTIONS A. Systems Submission of Invoices. Invoice submission is a two step process: The Vendor shall develop an Acceptance Information document in ITSS and attach a copy of invoice with all required back-up documentation. Current ITSS web site https://web1.itss.gsa.gov The Vendor shall also complete the invoice form on the Finance web site and attach soft copy of invoice. This is the official system of record; the invoice will not be processed for payment unless this process is completed. Current GSA Finance web site is www.finance.gsa.gov. Go to Obtain Password/Sign-Up for Email Notification. B. Invoice Submission Process. Submit the Invoice Acceptance Document only once in IT-Solutions Shop. Edit the existing document if changes are necessary. Submitting multiple copies only delays the processing. Submit the Invoice only once in the Finance website. Edit the existing document if changes are necessary. Submitting multiple copies only delays the processing. Make sure the Act Number from the purchase order is displayed on the invoice. If the invoice is for Time and Materials and Labor Hour Contracts, make sure the Service Month is on the invoice. Make sure the invoice amount and the acceptance document amount are exactly the same. Use the invoice number for both the Finance and ITSS submission. Don?t use voucher numbers. Always enter the invoice number on the Acceptance document in ITSS. The invoice number must be identical in both sites. Do not use special characters in the invoice number, only alpha and/or numeric. No spaces in invoice number. If an invoice is rejected, the Vendor must submit a corrected invoice in both systems, using the original invoice number with some type of unique identifier attached; i.e. ?R? to denote resubmission which will make the invoice number unique. Each invoice submission must have an invoice number that is unique. In addition, the contractor is responsible for ensuring client acceptance of invoice. This can be accomplished in ITSS or contractor may have client sign a hard copy of invoice prior to attaching to the Acceptance Information document in ITSS. A scanned copy of the invoice and any required backup documentation must be attached to the Acceptance Document in ITSS. C. Timing of invoices. Invoices shall be submitted for payment of deliverables that have been completed and accepted by the Contracting Officer Representative (COR) and/or the Client Representative (CR). For Firm Fixed Price (FFP), this will be a completed and accepted deliverable. Evidence that the COR accepted the deliverable must be present before the GSA PM can proceed. Ensure the invoice is submitted in accordance with the established payment schedule. D. Payment of Invoices. Payment of invoices shall be based on the quality of the invoiced deliverable. If the invoiced deliverable does not meet the established contractual standards, the invoice will not be paid until the deliverable has been determined to meet the established standards, as applicable. The contractor is reminded that invoices will be submitted IAW FAR 52.212-4, Contract Terms and Conditions ? Commercial Items, paragraph g, which states the following: 52.212-4(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include -- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered: (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer?Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR part 1315. Other Information Relating to Successful Invoice Processing. Due to Congressional Mandate and the Policy Memo from the Office of the Chief Financial Officer, all purchase order vendor data (including contracts) must match the data in the Vendor Central Contractor Registration (CCR). Finance is now rejecting purchase orders, purchase order modifications and invoices having data that does not match CCR information. This includes all orders regardless of remaining value. Contact the GSA Contracting Officer or GSA Project Manager for further information or assistance. Review contractor registration, individual contract personnel registration and contract registration in ITSS on a regular basis to ensure all information is correct and up-to-date. This will help in processing invoices as well as task order actions successfully. 17.0 OPTION CLAUSES: The following provisions are hereby incorporated by reference into this task in regards to Options: FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services ? insert 30 days FAR 52.217-9 Option to Extend the term of the contract ? insert 30 days
- Place of Performance
- Address: Indian Health Services (IHS), 5300 Homestead Rd NE, Albuquerque, NM
- Zip Code: 87110
- Country: UNITED STATES
- Zip Code: 87110
- Record
- SN01406319-W 20070915/070913223156 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |