SOLICITATION NOTICE
61 -- UNINTERRUPTIBLE POWER SUPPLY
- Notice Date
- 5/13/2009
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- 23755 Z Street Riverside CA 92518-2031
- ZIP Code
- 92518-2031
- Solicitation Number
- 2165-9126-0513
- Response Due
- 5/27/2009
- Point of Contact
- Susan M. Madrid, Contracting Officer, Phone 951-413-2371, Fax 951-413-2432
- E-Mail Address
-
susan.madrid@dodmedia.osd.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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; a written solicitation will not be issued. Solicitation/synopsis reference number 2165-9126-0513 is being issued as a Request for Quotations (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-32 effective 31 Mar 2009 and DFARS Change Notice 20090115. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334515; small business size standard is 750 employees. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required technical specifications contained in CLIN 0001 below. Technical specifications for quoted items MUST accompany the offeror’s bid submittal. (3) QUOTATIONS MUST BE RECEIVED NOT LATER THAN 2:00 PM PACIFIC TIME 27 MAY 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to susan.madrid@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (FEB 2009) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. CLIN 0001 – Name: UNINTERRUPTIBLE POWER SUPPLY (UPS QTY: 240 EACH Unit Price: Total Amount: DESCRIPTION: UNINTERRUPTIBLE POWER SUPLY (UPS) BATTERY REPLACEMENT FOR UPS MODEL 9315, S/Ns ET381ZXX01 AND ET375ZXX08. REMOVE 240 EXISTING BATTERIES; SUPPLY, INSTALL AND TEST 240 NEW DEKA BATTERIES, MODEL 31HR5000, WITH FULL 3-YEAR WARRANTY, DISPOSE OF OLD BATTERIES PER EPA/HAZ MAT RULES. SHIPPING ADDRESS is: DEFENSE MEDIA CENTER ATTN: MR. GEORGE TAYLOR 23755 Z. STREET RIVERSIDE, CA 92518 All items must be quoted FOB Destination. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/2165-9126-0513/listing.html)
- Place of Performance
- Address: 23755 Z. STREET RIVERSIDE, CA
- Zip Code: 92418
- Country: US
- Zip Code: 92418
- Record
- SN01815992-F 20090515/090513233040 (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 |