Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

N -- REMOVAL AND INSTALLATION OF UPS BATTERY

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
9TC1117
 
Point of Contact
Pamla E Wertz, Phone: (210)671-0497, Carmen T Stewart, Phone: 210-671-1762
 
E-Mail Address
pamla.wertz@lackland.af.mil, carmen.stewart@lackland.af.mil
(pamla.wertz@lackland.af.mil, carmen.stewart@lackland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation notice for commercial items, prepared in accordance with the format in FAR 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. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is FA3047-09-TC117. This requisition is for "Brand Name or Equal" and the vendor must be an authorized dealer. If offering an "or equal" item, please provide all specifications and salient characteristics to Pamla.wertz@lackland.af.mil. Vendors must quote on an "all or none" basis. The contractor shall provide all personnel, supervision, materials, equipment, and transportation necessary to perform a complete turn-key solution replacement of a 75 KVA Liebert Series 300 Uninterruptible Power System (UPS). The turn-key replacement of the 75 KVA Liebert Series 300 Uninterruptible Power System includes, but not limited to, the following: (A). The contractor shall safely power down, uninstall, and remove an existing 75 KVA Liebert Series 300 Uninterruptible Power System. This also includes removal of all associated conduit and wiring. (B).The contractor shall dispose the existing batteries from the 75 KVA Liebert Uninterruptible Power System. (C). The contractor shall install a new 75 KVA (or greater) Uninterruptible Power System, or equivalent. (D). The contractor shall provide parts and labor required for the installation of the new 75 KVA (or greater) Uninterruptible Power System. This includes any required breakers, electrical re-wiring from the old Uninterruptible Power System to the new Uninterruptible Power System. (E). The contractor shall perform a safe startup of the 75 KVA (or greater) Uninterruptible Power System. FOB: Destination for delivery is CPSG/ZJ, Building 2058, Room 105, 250 Hall Blvd, Lackland AFB, Texas 78236. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-36, dated 11 Aug 2009. The NAICS code for this acquisition is 423610, and the size standard is 500 employees. Note that 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The government will award a purchase order resulting from this solicitation to the lowest evaluated priced and responsible offeror. FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition and the criterion to be used is price. To be eligible to receive an award resulting from this RFQ, offerors must be registered in the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 & 252.232-7009. The CCR number must be obtained before award can be made. CCR can be obtained by accessing the Internet at www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items at http://www.bpn.gov/orca. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda has been added to clause 52.212-4: "Add the following to subparagraph (c): Additionally, issuance of modifications for an administrative change that does not affect the substantive rights of the parties (e.g., changes in paying office, appropriation data, funds increase/decreases, changes of address) shall not require the signature of the contractor and will be issued unilaterally. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. Specifically the following clauses cited are applicable: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for special disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers. FAR 52.223-3, Hazardous Material Identification and Material Safety Data applies to this solicitation. A site visit has been scheduled for 01 Sep 2009 at 9:00AM Central Standard Daylight Time (CDST), at CPSG/ZJ, Building 2058, Room 105, 250 Hall Blvd, Lackland AFB, Texas 78236. Prospective offerors who would like to visit the site should immediately contact Ms. Pamla Wertz at (210) 671-0497 for arrangements. Quotations on this solicitation must be received by 04 Sep 2009, 2:00 PM CDST. Submit written offers with any descriptive literature by email (oral offers will not be considered), to Pamla.wertz@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/9TC1117/listing.html)
 
Place of Performance
Address: CPSG/ZG, Building 2058, Rooom 105, 250 Hall Blvd, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01925176-W 20090827/090826000103-49fa5a0f3b743dc0bf48b235229f59d9 (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 |
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.