SOLICITATION NOTICE
61 -- MGE GALAXY PW UPS MAINTENANCE SERVICE - J&A
- Notice Date
- 8/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
- ZIP Code
- 39710-1006
- Solicitation Number
- F1N1D51179A001_2
- Archive Date
- 9/3/2011
- Point of Contact
- Desiree Snow, Phone: 662-434-7777, Eric Heaton, Phone: 662-434-7785
- E-Mail Address
-
desiree.snow@columbus.af.mil, eric.heaton.2@columbus.af.mil
(desiree.snow@columbus.af.mil, eric.heaton.2@columbus.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFQ Template Statement of Work Brand Name J&A 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N1D51179A001_2. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is for a Brand Name service requirement and is unrestricted. For reference only,the associated North American Industry Classification System (NAICS) code is 811310, and the small business size standard is $7 Million. Columbus Air Force Base has a need for (1) non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide a service maintenance agreement necessary to maintain the optimal operability of four (4) three phased, continuous duty, solid state MGE Galaxy PW, Uninterrupted Power Supply systems. The service required can only be obtained from authorized Schneider Electric service providers. Schneider, who bought APC-MGE, is the sole manufacturer of MGE Galaxy PW UPS. Only certified Schneider Electric service providers are authorized to work on the proprietary diagnostic and testing system. Required period of performance: 16 Sept 2011 to 15 Sept 2011 with one option year. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 applies; offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, Central Contractor Registration; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Award; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation;52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: labor category 23181 and rates. Wage Determination number: 05-2296, Revision 13, dated 6/13/2011 applies; 52.222-43, Fair Labor Standards Act and Service Service Contract Act-Price Adjustment(Multiple Year and Option Contracts); in addition,the following FAR clauses apply FAR 52.217-8, Option to Extend Services- 52.217-8, The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days."; 52.217-9, Option to Extend Terms of Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 30 months. 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-12, Refrigeration Equipment and Air Conditioners; 52.237-1, Site Visit; 52.237-2, Protection of Government Building, Equipment, and Vegetation. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at http://www.ccr.gov. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Evaluation of offerors will be based on price and technical acceptability. An offeror is technically acceptable if there are no exception to the Statement of Work. This requirement is a brand name service requirement. The Government will evaluate price by adding total price for the option to the total price for the basic requirement. Evaluation of the option year shall not obligate the Government to exercise the option. Award will be made to the offer who represents the best value to the Government. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. Contact Desiree Snow, Contracting Specialist, telephone (662) 434-7777, fax (662) 434-7753 or e-mail: desiree.snow@columbus.af.mil regarding any questions about this solicitation. The alternate contact telephone number is (662) 434-7799. All offers must be submitted by email or fax to the Contracting Specialist no later than 19 Aug 2011 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information the Government requires is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N1D51179A001_2/listing.html)
- Place of Performance
- Address: 14 Operations Group, 166 Liberty Drive Ste 203, Columbus AFB, MS 39710-1006, Columbus AFB, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN02523136-W 20110807/110805234427-f88fce0baa8be63c9bf3207d40b6d2fa (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 |