Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2014 FBO #4638
SOLICITATION NOTICE

61 -- MGE Galaxy UPS Maintenance Agreement - FY14 UPS RFQ Template

Notice Date
8/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N1D54139AA01
 
Archive Date
8/29/2014
 
Point of Contact
George E. Griffin, Phone: 6624347763, Bradford Erdmann, Phone: 6624343661
 
E-Mail Address
george.griffin.4@us.af.mil, bradford.erdmann@us.af.mil
(george.griffin.4@us.af.mil, bradford.erdmann@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Wage Determination RFQ Template, for Vendors to complete. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N1D54139AA01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the small business size standard is $7.5M. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, shipping, equipment, tools, materials, filter replacement, firmware upgrades, product modifications, filed advisories/modifications, PCB revisions, spare part upgrades and other items necessary to perform services for eight (8) three (3) phase, continuous duty, solid state MGE Galaxy PW Uninterruptible Power Supply Systems, referred to hereafter as the MGE UPS Systems or UPS in accordance with the attached Statement of Work (SOW) dated 7/31/14. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; via the SAM site at https://www.sam.gov/portal/public/SAM/ ; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.217-9, Option to Extend the Term of the Contract, 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm ; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-99 System for Award Management Registration; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Labor Category and Rate, Wage Determination number: 2005-2295, Revision 17, dated 06 June 13 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-99. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. ADDENDA: 52.212-1: Contractor submission requirements: Submit preventive maintemance and battery maintenance plans and verification of a certified MGE/AGC technician to run internal diagnostic checks that show's contractor will conform to requirement in the SOW. Preventive and Battery maintenance plans submitted will identify the tasks to be accomplished in bullet format. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the best value to the Government in terms of price, and technical acceptability. A proposal will be considered technically acceptable as long as it meets the requirements specified in the attached SOW dated 7/31/14. Preventive and Battery maintenance plans and verification of a certified MGE/APC technician must be submitted with quotes in order for the offeror to be considered for award. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. Contact George Griffin, Contracting Administrator (CA), telephone (662) 434-7763, fax (662) 434-7753 or e-mail: george.griffin.4@us.af.mil Additional contact, Bradford Erdmann Contracting Officer (CO), telephone (662) 434-3661, fax (662) 434-7753 or e-mail bradford.erdmann@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 14 Aug 2014 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N1D54139AA01/listing.html)
 
Place of Performance
Address: 14 OG/OGVQ, 166 Liberty Street, Suite 243, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN03448458-W 20140806/140804234626-37d622cc929c2ac34aa1b6b29e027736 (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.