Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
MODIFICATION

D -- Uninterrupted Power Supply & Installation

Notice Date
8/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
F2N34R2158AC01XXX
 
Point of Contact
Christina Gallagher, Phone: 351-295576492, Conceicao M Pires, Phone: 011 351 295 573159
 
E-Mail Address
christina.gallagher@lajes.af.mil, conceicao.pires@lajes.af.mil
(christina.gallagher@lajes.af.mil, conceicao.pires@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to make minor administrative changes to the synopsis/solicitation. The response date and time remains unchanged. The following combined synopsis/solicitation is to replace the existing synopsis /solicitation. (i) 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 (ii) The solicitation number is F2N34R2158AC01XXX; this solicitation is a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-60. (iv) This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 541330. The business size standard is $14.0. (v) See Attachment (vi) Attachment 1 - Bid Schedule Attachment 2 - Questions & Answers Attachment 3 - Information of existing UPS Systems (vii) Place of Performance/Installation: Lajes Field, Azores, Portugal. The following provisions and/or clauses apply to this acquisition. (viii) Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. Offerors must provide pricing on attached Bid Schedule (Attachment # 1) and Eaton certification for installer of the UPS. ADDENDUM to 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions herein. The proposal must be complete, self-sufficient and respond directly to the requirements of this request. The response shall consist of two (2) parts; Part I - Price Schedule and Part II -Certification. B. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit 1 original copy (a) Attachment 1: Complete both pages of Bid Schedule 2. PART II - TECHNICAL PRICE PROPOSAL - Submit 1 original copy (a ) CERTIFICATION. Offeror shall provide valid certification/authorization for the prime contractor and any subsequent subcontractors to perform installation on EATON products to include UPS and related parts. Certification/authorization may include but not be limited to valid certificates, cards, or other adequate documentation showing proof of training and authorization to handle EATON products. Installer of the UPS must be Eaton certified. (End of Provision) (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: 1: Price and. ADDENDUM TO 52.212-2 BASIS FOR AWARD Quotes will be evaluated in accordance with FAR 13.106-2, which will be based on price and certification. A comparative evaluation between offers will be conducted. The Government will award the contract to the offeror who represents the "Best Value" in terms of price and technical factor. A. Price Evaluation: The offerors proposed prices will be determined by total price provided for on the Bid Schedule. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price based on the following subfactor: - Complete pages of Bid Schedule B. Technical Evaluation: The Government will evaluate Eaton certification/authorization for authenticity for installation of the UPS. CERTIFICATION. Offeror shall provide valid certification/authorization for the prime contractor and any subsequent subcontractors to perform installation on EATON products to include UPS and related parts. Certification/authorization may include but not be limited to valid certificates, cards, or other adequate documentation showing proof of training and authorization to handle EATON products. Installer of the UPS must be Eaton certified. C. Offerors are cautioned to submit sufficient information and in format specified in ADDENDUM 52.212-1 INSTRUCTION TO OFFERORS. Offerors may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. (End of Provision) (x) FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (xii) FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). (xiii) FAR 52.204-7 Central Contractor Registration. FAR 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards. FAR 52.209-6 Protecting the Government's interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.211-6 Brand Name or Equal. FAR 52.214-34 Submission of Offers in the English Language. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-33 Payment by Electronic Funds Transfer - CCR. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.237-1 Site Visit. FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation. FAR 52243-1 Changes-Fixed Price. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.204-7008 Export-Controlled Items. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country. DFARS 252.209-7004 Subcontracting with firms that are owned or controlled by the Gov't of terrorist country. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.222-7002 Compliance with Local Labor Laws (overseas). DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFARS 252.225-7031 Secondary Arab Boycall of Israel. DFARS 252.225-7041 Correspondence in English. DFARS 252.225-7042 Authorization to Perform. DFARS 252.225-7043 Antiterrorism / Force Protection for Defense Contractors Outside the United States, DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. DFARS 252.229-7001 Tax Relief. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.232-7008 Assignment of Claims (overseas). DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.233-7001 Choice of Law (overseas) DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea.; AFFARS 5352.201-9101 Ombudsman. AFARS 5352.223-9001 Health and Safety on Government Installations. AFFARS 5352.242-9000 Contractor Access to Air Force Installations. AFFARS 5352.225-9004 Submission of Offers in Other Than U.S. Currency. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the SAM at www.sam.gov, at Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. (xv) Please submit quotes to christina.gallagher@lajes.af.mil, fax to 295-57-3210 NO LATER THAN 28 Aug 12, 04:00 pm, local time. (xvi) Point of contact is Christina Gallagher, Contract Specialist, telephone 295-57-6492. Alternate POC is Conceicao Pires, Contracting Officer, telephone 295-57-3159, conceicao.pires@lajes.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N34R2158AC01XXX/listing.html)
 
Place of Performance
Address: Lajes Field, Azores, Portugal, Non-U.S., Portugal
 
Record
SN02851617-W 20120824/120823002116-2afef351af363a8335c2e7ea3f694757 (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.