Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2012 FBO #3850
SOLICITATION NOTICE

61 -- PROVIDE AND INSTALL UPS BATTERIES

Notice Date
6/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
124WG MSG/MSC, Boise Air Terminal, 4460 South Byrd ST, Boise, ID 83705-8092
 
ZIP Code
83705-8092
 
Solicitation Number
W912J712T0007
 
Response Due
6/15/2012
 
Archive Date
8/14/2012
 
Point of Contact
Tracy Stephens, 208-422-5270
 
E-Mail Address
124WG MSG/MSC
(tracy.stephens@ang.af.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 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. IDAHO AIR NATIONAL GUARD W912J7-12-T-0007 Request For Quote for UPS Batteries This request for quote (RFQ) is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (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 will not be issued. The NAICS code for this acquisition is 335911 and the size standard is less than 500 employees. This will be a 100% small business set-aside. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, Effective 18 May 2012. Offerors quotes shall propose a firm fixed price for all parts/services listed below subject to the terms and conditions of this entire synopsis/solicitation. The location for delivery and service is: 4460 S. Byrd St, Boise, Id 83705-6512. Work must be performed NLT 30 September 2012. Synopsis: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary to meet the below requirement: ------------------------------------------------------------------------------------------------------------ Line Item 001, QTY = 80 EA: Batteries for UPS Powerware 9315-225, Part # CSB HRL - 12390W/FR, OR EQUAL. New batteries shall be installed. Old, spent batteries shall be removed and disposed of. A minimum of a 3 year 100% full warranty on parts and labor. Note: EPA Certified - certificate must be available upon request. Freight shall be quoted as FOB destination. ------------------------------------------------------------------------------------------------------------ No used or refurbished parts will be accepted. All service technicians must have the ability to gain access to a Federal installation, and work in a secure area. All necessary Background checks will be performed. The contractor will be required to supply personnel information two weeks prior to accessing the installation. Please note: if quoting on an "or equal" product, offerors are required to provide any specifications and market research showing their product is comparable to the above requested product and service. If further clarification is needed to provide a quote, please contact SMSgt Tracy Stephens via the contact information below. Questions will be answered until 13 June 2012 at 2 pm MST. All answers will be posted on Fed Biz Ops. Responses via email cannot be guaranteed, nor should they be expected. The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; IAW 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. * 52.212-2, Evaluation-- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government; award will be based on price and price-related factors. * 52.212-3, -- Offeror Representations and Certifications-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at http://orca.bpn.gov/. * 52.204-7, Central Contractor Registration APRIL 2008 - All contractors must be registered with the Central Contractor Registration, located at http://www.ccr.gov. * 52.211-6, Brand Name or Equal AUGUST 1999 * 52.212-1, Instructions to Offerors - Commercial Items JUN 2008 * 52.212-4, Contract Terms and Conditions--Commercial Items FEB 2007 * 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: o 52.222-50, Combating Trafficking in Persons AUG 2007 o 52.233-3, Protest After Award AUG 1996 o 52.233-4, Applicable Law for Breach of Contract Claim OCT 2004 o 52.219-6, Notice of Small Business Set-Aside JUN 2003 (15 U.S.C. 644) o 52.219-28, Post-Award Small Business Program Representation JUN 2007 o 52.222-3, Convict Labor JUN 2003 o 52.222-19, Child Labor Cooperation with Authorities and Remedies FEB 2008 o 52.222-21, Prohibition of Segregated Facilities FEB 1999 o 52.222-26, Equal Opportunity MAR 2007 o 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). o 52-222-50 Combating Trafficking in Person FEB 2009 o 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010)(E.O. 13513) o 52.223-5, Pollution Prevention and Right to Know Information - MAY 2011 o 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.) o 52-215-5 Facsimile Proposals OCT 1997 * 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351 et seq.) * 52.225-13, Restrictions on Certain Foreign Purchases JUN 2008 * 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 * 52.233-2, Protest After Award SEP 2006 * 52.233-4, Applicable Law for Breach of Contract Claim OCT 2004 * 252.203-7000, Requirements Relating to Compensation of Former DoD Officials SEP 2011 * 252.204-7004, Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 * 252.203-7005, Representation Relating to Compensation of Former DoD Officials NOV 2011 * 252.212-7001, (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 * 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials, APR 1993 * 252.225-7000, Buy American Act Balance of Payments Program Certificate JUN 2005 * 252.225-7001, Buy American Act and Balance of Payments Program * 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports * 252.232-7010, Levies on Contract Payments DEC 2006 * 252.247-7023, Alt III - Transportation of Supplies by Sea MAY 2002 Amendments prior to date set for receipt of quotes: The right is reserved, as the interest of the Government may require, to revise or amend the solicitation prior to and/or after the date set for receipt of quotes as necessary. Such amendments, if any, will be announced by an amendment or amendments to this Request for Quote. All information relating to this RFP, including pertinent changes/amendments and information prior to the date set for receipt of quotes will be posted on the FedBizOps website. Though every effort will be made to provide email notification when a change is posted, such notification is NOT guaranteed and should not be expected. Offerors are strongly cautioned to check this site frequently and to "refresh" their web page to ensure they have the latest information. Submit questions by email to the contracting office at the addresses shown below: 124th MSG/ MSC Contracting Tracy Stephens Subject Line: UPS Batteries-W912J7-12-T-0007 Email: tracy.stephens@ang.af.mil No phone calls will be accepted. All questions should be in email form. The Contracting Officer reserves the right to address questions received after the cutoff date with those offers deemed responsible and/or in the competitive range (if established) after closing. Offerors are strongly encouraged to submit questions early. Any interpretations made will be in the form of an amendment of the combined synopsis/solicitation and will be posted on FedBizOps. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Offers may be submitted by hard copy, email or facsimile to: Tracy Stephens Idaho Air National Guard 124th Contracting 4460 South Byrd Street Boise, ID 83705 208-422-5921 Tracy.stephens@ang.af.mil Quotes are due to the above address no later than 10AM MST, June 15, 2012, and shall reference the solicitation number W912J7-12-T-0007 to be considered responsive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10-1/W912J712T0007/listing.html)
 
Place of Performance
Address: 124WG MSG/MSC Boise Air Terminal, 4460 South Byrd ST Boise ID
Zip Code: 83705-8092
 
Record
SN02770116-W 20120609/120608000637-9466977fa05769ab29e776958a39914e (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.