MODIFICATION
61 -- UPS Batteries and Installation
- Notice Date
- 2/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- F1H3C44042AC01
- Archive Date
- 3/5/2014
- Point of Contact
- Kenley O. Lott, Phone: 5306343374, William J. Cohen, Phone: 5306343403
- E-Mail Address
-
Kenley.lott@us.af.mil, william.cohen@us.af.mil
(Kenley.lott@us.af.mil, william.cohen@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS - SOLICITATION (IAW FAR 12.603 (c)) (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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1H3C44042AC01and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 238210 with a $14 million size standard. (v) Contractors shall submit a lump sum quote (CLIN 0001, GNB Absolyte IIP 100G-63 OR EQUAL, 24 Each) for UPS Batteries and Installation. All responsible sources may submit a quotation, which shall be considered. CLIN 0001 - 24 Each - GNB Absolyte IIP 100G-63; OR EQUAL CLIN 0002 - 1 Each - 400 amp, 48VDC Battery Disconnect CLIN 0003 - 1 Each - Removal/Disposal of existing batteries and installation of new batteries in a accordance with the attached PWS At a minimum, equal items must meet the following salient characteristics: • Compatible with existing GNB Absolyte IIP 100A-57 batteries • Compatible with MSL-100 Base Telecommunications Switch (vi) All requested items shall be delivered and installed no later than 21 Mar 14. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 - The Government will evaluate the total price of the offer for the award purposes. 2. Technical capability of the item offered to meet the Government requirement. 3. Past Performance. Technical and performance factors, when combined, are approximately equal to price. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at www.sam.gov (x) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2014) are incorporated by reference, however, the following clauses apply; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.219-6, Notice of Small Business Set Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-21, Prohibition Of Segregated Facilities; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Alternate II); FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; 52.225-1, Buy American Act - Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses and provisions are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.211-6, Brand Name or Equal • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • AFFARS 5352.201-9101, Ombudsman ; complete paragraph c as follows: Lt Col Tonney Kaw-uh, 129 Andrews St., Langley AFB, VA 23665-2769, Phone Number: (757) 764-5372, facsimile (757) 764-4400, email address: Tonney.kaw-uh@langley.af.mil • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Response to this combined synopsis/solicitation must be received via email, mail, or hand-delivery by 18 Feb 2014 no later than 4:30 PM Pacific Standard Time. Quotations should be marked with solicitation number F1H3C44042AC01. If submitted by mail or hand-delivery, quotes shall be delivered to the following address. 9th Contracting Squadron Attn: A1C Kenley Lott 6500 B St. Suite 101 Beale AFB, CA 95903 (xiv) Address questions to A1C Kenley Lott, Contract Specialist, at (530) 634-3374 or email kenley.lott@us.af.mil, or Mr. Raymond Garleb, Contracting Officer, Phone (530) 634-2872, email raymond.garleb@us.af.mil. (xv) Site Visit, if requested by the contractor, may be coordinated by contacting A1C Kenley Lott via email, kenley.lott@us.af.mil, or by phone, (530)634-3374. Due to the upcoming federal holiday, the site visit, if requested by the contractor, shall be completed no later than 4:00pm PST Friday, 14 February 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H3C44042AC01/listing.html)
- Place of Performance
- Address: 17990 Warren Shingle Rd., Beale AFB, California, 95903, United States
- Zip Code: 95903
- Zip Code: 95903
- Record
- SN03288066-W 20140215/140213233842-5eb395cd048f88b96373452b37bd0f9e (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 |