SOLICITATION NOTICE
J -- UPS Maintenance - Statement of Work
- Notice Date
- 8/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- F3G3FA2055AC01-UPSMaintenance
- Archive Date
- 9/8/2012
- Point of Contact
- Courtney N. Broughton, Phone: 7026525354
- E-Mail Address
-
Courtney.Broughton1@nellis.af.mil
(Courtney.Broughton1@nellis.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work 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; proposals are being requested and a written solicitation will not be issued. Please note that this is a TOTAL SMALL BUSINESS SET-ASIDE. SOLICITATION #: F3G3FA2055AC01 This combined synopsis/solicitation is issued as a Request for Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, Effective 26 Jul 2012 This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside. NAICS: 335911 CLIN 0001: 12 MO Emergency maintenance and preventative maintenance agreement for the building 216 Power Ware #9315-Pleus 160 UPS and C&D Technologies UPS 12-300 MR batteries in support of Nellis ATCALS (Radar) assets. CLIN 0002: 12 MO Emergency maintenance and preventative maintenance agreement for the building 81045 Eaton Powerware #9390 UPS and Eaton #PWHR12120W3FR batteries in support of Remote ATCALS (Radar) assets. CLIN 0003: 12 MO Emergency maintenance and preventative maintenance agreement for the building 2064 Powerware #Plus12 UPS and Yuasa NP7-12 batteries in support of ATCALS (Tower) assets. CLIN 0004: 12 MO Emergency maintenance and preventative maintenance agreement for the Powerware #Plus12 UPS and Yuasa NP7-12 batteries in support of METNAV assets. Delivery Schedule: 12 MO Base Year, +4 Option Years Delivery Location: Nellis AFB, NV 89191 FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the lowest price technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEV) - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.203-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, 5352.201-9101, 52.212-5, 52.247-34, 52.232-33, 52.204-7 and 52.232-33 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chp 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: DFARS: 252.225-7001, 252.247-7023 Alt III, 252.232-7003, 252.225-7002 and 252.204-7003. The following additional provisions or clauses are specific to this particular requirement: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 (insert the period of time within which the Contracting Officer may exercise the option). 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days (insert the period of time within which the Contracting Officer may exercise the option); provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days (60 days unless a different number of days is inserted) 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 5 years, 6 months. 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (Aug 2007) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Lt Col Kristian S. Ellingsen, email kristian.ellingsen@langley.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to Courtney.Broughton1@nellis.af.mil no later than 24 August 12, 12:00 pm PST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3G3FA2055AC01-UPSMaintenance/listing.html)
- Place of Performance
- Address: Nellis AFB, Nellis AFB, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN02842336-W 20120818/120816235710-d35c538b3f28945dae1ebff9cb88a181 (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 |