SOLICITATION NOTICE
J -- Emerson Network Power
- Notice Date
- 5/6/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Agriculture, Office of the Chief Financial Officer, National Finance Center, Contracting Support Team, 13800 Old Gentilly Road, Bldg. 350, P.O. Box 29900, New Orleans, Louisiana, 70129
- ZIP Code
- 70129
- Solicitation Number
- 687279
- Archive Date
- 5/31/2014
- Point of Contact
- India Milledge, Phone: 504-426-0213
- E-Mail Address
-
India.Milledge@nfc.usda.gov
(India.Milledge@nfc.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS   Description WWW.IPP.GOV. The COR will validate each invoice based on comparison with actual services/supplies delivered, quality of deliverables, and timeliness of delivery. The validated invoice will be routed electronically to the CO for review and approval before payment can be made. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.     The full text of FAR provisions or clauses may be accessed electronically at The following solicitation provisions apply to this acquisition: FAR 52.212-1, "Instructions to Offerors-Commercial Items" (FEB 2012) FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (DEC 2012) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items." If paragraph (j) of the provision is applicable, a written submission is required.   The following contract clauses apply to this acquisition: FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (FEB 2012) FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (NOV 2012) The following subparagraphs of FAR 52.212-5 are applicable: subparagraph (b)(4)   subparagraph (b)(6)   subparagraph (b)(12)   subparagraph (b)(23)   subparagraph (b)(26)   subparagraph (b)(28) subparagraph (b)(29)   subparagraph (b)(31)   subparagraph (b)(38)   subparagraph (b)(42)   subparagraph (b)(47)   subparagraph (c)(1)       All quoters shall submit the following: One (1) copy. The package may consist of no more than five (5) pages, to include a cover letter. The package should include past performance section provided on one (1) page and the price section. All quotations shall be sent to the USDA/OCFO/National Finance Center, Acquisition Management Office to the attention of the Contract Specialist, Ms. Michaela Klarmann at Michaela.klarmann@nfc.usda.gov. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 4:00 PM CT, July 12, 2013 at USDA/OCFO/NFC/Acquisition Management Office, 13800 Old Gentilly Road, Bldg 350, New Orleans, LA 70129. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). E-mailed quotes will be accepted at India.Milledge@nfc.usda.gov. http://acquisition.gov/comp/far/index.html. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.0 million. The USDA/OCFO/National Finance Center is seeking to purchase preventative maintenance services. All interested companies shall provide quotation(s) for the following: Services To provide Original Equipment Manufacturer (OEM) maintenance, parts, and service response to ensure the continued performance, reliability and availability of the Liebert Uninterruptable Power System (UPS) and all associated equipment including batteries and power distribution cabinets located at the National Finance Center's (NFC) Primary Computing Facility (PCF) in Denver. Colorado, Primary equipment includes: 2 S600 SCC<2500 Model # U39CC16M4ATS570 2 S600T 450+Model #U39MM500A0APS70 484 4-cell Flooded batteries Annual and Semi-Annual UPS preventative maintenance according to current Liebert specifications. Annual and Semi-Annual Peripheral cabinets preventative maintenance according to current Liebert specifications. 4-hour on-site emergency response 7 days/week, 24 hours/day annually The performance is to be completed within ten (10) days After Receipt of Order (ARO). The contractor shall deliver items to the NFC Warehouse address identified in the attached Statement of Work. Procedures for Payment Invoices must be submitted electronically using the Federal Reserve Bank, Invoice Processing Platform located at Evaluation Procedures Award shall be made to the quoter whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) Past performance, (2) Price Past performance is less important when compared to price. PAST PERFORMANCE Offerors are required to submit contact information for references for contracts performed within the past three years, which are similar in scope, type of work performed and complexity to the effort described in this solicitation. Information provided by the contractor shall state: Description of training provided, Administering contracting office Point of Contact - name, telephone, fax numbers, email Award/contract information - number, the term of the contract, the total amount, and size/magnitude of project. The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. Past performance information will be utilized to determine the quality of the offeror's past performance as it relates to the probability of success of the required effort. Offeror should provide three references from firms where they have performed work of a similar size and nature. Past Performance proposals will be evaluated as either Acceptable or Unacceptable. Definitions are as follows:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/OCFO/NFC-CSG/687279/listing.html)
- Place of Performance
- Address: USDA, Denver FEDERAL CENTER, LAKEWOOD, Colorado, 80225, United States
- Zip Code: 80225
- Zip Code: 80225
- Record
- SN03357741-W 20140508/140506234317-964c0304a8b68207dd6735daa3e94252 (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 |