SOLICITATION NOTICE
J -- PREVENTIVE MAINTENANCE AND EMERGENCY REPAIR OF UNINTERUPTIBLE POWER SUPPLY (UPS) SYSTEM AND ASSOCIATED BATTERIES AND EQUIPMENT - Proposal Instruction/Statement of Work
- Notice Date
- 11/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of the Treasury, Internal Revenue Service (IRS), Field Operations Branch Southeast (OS:A:P:B:S), 2888 Woodcock Boulevard, Suite 300, (Stop 80-N), Atlanta, Georgia, 30341
- ZIP Code
- 30341
- Solicitation Number
- TIRSE-10-R-00003
- Archive Date
- 12/25/2009
- Point of Contact
- James R Brown, Phone: 404-338-9219, Linda B Bender, Phone: 404-338-9210
- E-Mail Address
-
james.brown@irs.gov, linda.bender@irs.gov
(james.brown@irs.gov, linda.bender@irs.gov)
- Small Business Set-Aside
- N/A
- Description
- Solicitation PREVENTIVE MAINTENANCE AND EMERGENCY REPAIR OF UNINTERUPTIBLE POWER SUPPLY (UPS) SYSTEM AND ASSOCIATED BATTERIES AND EQUIPMENT This is a combined synopsis/solicitation for (a) commercial item(s) prepared in accordance with the format in 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 Reference number is TIRSE-10-R-00003 and is being issued as a Request for Proposal. This is a Commercial Item (CI) procurement using Simplified Acquisition Procedures (SAP) prescribed in FAR 13.5 to establish a contract for preventive and remedial maintenance of uninterruptible power supply systems, associated batteries, and other associated equipment as specified in the Statement of Work (SOW). This acquisition is set aside for small business. The Contractor will be solely responsible for full compliance with all Federal, State, Local and all other applicable laws, policies, rules and regulations. Provisions and clauses incorporated into the solicitation document are those in effect through Federal Acquisition Circular 05-36. The acquisition will be conducted as a small business set aside; the applicable North American Industry Classification System (NAICS) Code is: 541519 -Small Business Size Standard of $23 Million. Award will be made to the offeror whose offer is considered to be the best overall value to the Government considering price and other factors. Proposals will be considered only from offerors who are regularly established in the business relevant to the Statement of Work and in the judgment of the Government, are able to show evidence of their reliability, ability, experience, and satisfactory past performance. Prospective contractors should include evidence indicating that they are an established business with the capability to service and repair the type of equipment listed in the SOW. Contractors must be registered in Central Contractor Registration (CCR) to be awarded this contract. OFFERS WILL NOT BE ACCEPTED FROM FIRMS THAT ARE SUSPENDED, DEBARRED, OR PROPOSED FOR DEBARMENT. SCOPE OF WORK: This contract shall be a performance based contract for maintenance that includes preventive and remedial maintenance for Uninterruptible Power Systems (UPS), Rotary and/or static (solid state) and associated equipment, i.e. inverters, battery banks, chargers, maintenance bypass equipment and Power Distribution Units. Contract will be awarded for a base period of 9 months, January 1, 2010 through September 30, 2010; and four 12 month options, beginning October 1, 2010 and ending September 30, 2014. THE ATTACHED SOLICITATION DOCUMENT IS A PART OF THIS ANNOUNCEMENT AND INCLUDES THE FOLLOWING: 1.Addenda to FAR Clauses 2.Price Schedule 3.Statement of Work FAR CLAUSES THE PROVISIONS AT FAR 52.212-1, INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS APPLIES TO THIS ACQUISITION (Addenda is included in the attachment) THE PROVISIONS OF FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS APPLY TO THIS ACQUISITION: (Addenda is included in the attachment) ADDENDUM TO 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS. (Addenda is included in the attachment) PROVISIONS OF FAR CLAUSE 52.212-4 CONTRACT, TERMS AND CONDITIONS – COMMERCIAL ITEMS APPLY TO THIS ACTION PROVISIONS OF FAR CLAUSE 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLY TO THIS ACTION. (Addenda is included in the attachment)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/IRSSPBAPFSE/TIRSE-10-R-00003/listing.html)
- Place of Performance
- Address: Southeast United States, United States
- Record
- SN02011431-W 20091127/091125234721-7930d2567d145a50740ded0a1c3549dc (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 |