SOLICITATION NOTICE
61 -- UPS & Generator Upgrade Computer Room Expansion at DECC PAC - RFP HC1028-12-R-0046
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- HC1028-12-R-0046
- Archive Date
- 7/24/2012
- Point of Contact
- Melissa J Benhoff, Phone: 6182299142, Beverly L Jones, Phone: 618-229-9689
- E-Mail Address
-
melissa.benhoff@disa.mil, beverly.jones@disa.mil
(melissa.benhoff@disa.mil, beverly.jones@disa.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CLIN Structure Service Contract Act Wage Determination Davis Bacon Wage Determnation DD 254 Please see the attached Request for Proposal Defense Information Technology Contracting Organization (DITCO) is seeking pricing to UPS & Generator Upgrade Computer Room Expansion (HAC Cabinets Incl HVAC) at DECC PAC. The objective of this requirement is to upgrade existing critical IT equipment electrical and mechanical systems, install rack containment equipment modules for high density computing including and ancillary supporting equipment for the computer room. The Period of Performance (POP) for this effort is date of award through 600 days. Proposals shall be submitted in accordance with the Request for Proposal (RFP) and the Statement of Work (SOW). CLINs 0001-0007 will be awarded at contract award. CLINs 1001 - 1007 are Optional and will be exercised based on the Government's need and discretion. Pricing shall be provided for all CLINs. Award will be made to the offeror who presents the Lowest Price Technically Acceptable (LPTA) to the Government in accordance with the criteria in the RFP. The proposal must comply in all material respects with the requirements of the law, regulation and conditions set forth in the solicitation. The proposal must meet all mandatory solicitation requirements. The offeror must be determined responsible according to the standards of FAR Part 9, Subpart 1. CLIN type is Firm Fixed Price (FFP). Pricing should be based on fully burdened labor rates to perform this work. The Government reserves the right to award without discussions. Therefore, the offeror's initial proposal shall contain the offeror's best terms based on past performance, technical/management approach, and cost. The Government will entertain questions on this procurement until 1:00 pm CST, Monday, June 25, 2012. No late questions will be accepted. No questions will be accepted via phone calls. Responses to all questions posed will be provided to all interested parties. Submit all questions to Melissa Benhoff at Melissa.j.Benhoff.civ@mail.mil Proposals are due by COB, Monday, July 9, 2012. The Government reserves the right to award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. If you are not able to provide a proposal at this time, a NO BID RESPONSE, is required. Thank you, in advance, for your participation. NOTE: A disks containing referenced Appendices will be available upon requests. Please contact Ms Melissa Benhoff at melissa.j.benhoff.civ@mail.mil to obtain a copy of the disk.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/HC1028-12-R-0046/listing.html)
- Place of Performance
- Address: DECC Pacific, 1942 Gaffney St, Suite 200, BLDG 475 3rd Floor, Pearl Harbor, Hawaii, 96860, United States
- Zip Code: 96860
- Zip Code: 96860
- Record
- SN02768961-W 20120609/120607235249-596abb5b9172f387ead71ac35477e556 (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 |