Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2015 FBO #4933
SOLICITATION NOTICE

61 -- UPS Battery replacement and preventative maintenance

Notice Date
5/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6THCC5132AW01
 
Response Due
6/9/2015
 
Archive Date
7/25/2015
 
Point of Contact
Matthew Richard, 509-247-7223
 
E-Mail Address
141 ARW/MSC
(matthew.richard@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation number F6THCC5132AW01 is hereby issued as a Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, 7 May 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150420. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 423610 with less than 100 employees. Description of Requirement: CLIN 0001: Provide preventative maintenance, AC & DC capacitors, and battery replacement for four (4) Powerware 9315-160 UPS units. See below Statement of Work and Separate Quality Assurance Surveillance Plan for all details. QTY 1 JOB Total $__________________ **ALL SUGGESTED BRANDS ARE FOR REFERENCE ONLY. EQUAL PRODUCTS WILL BE ACCEPTED.** In addition to the technical specifications outlined in the SOW, products will be evaluated based on lowest priced technically acceptable offer. A firm fixed price contract will be awarded for this requirement. Delivery requirement: 60 days ARO, FOB Destination to McChord Field, WA. Exact address will be provided upon award. Delivery will be to: Mr. Kelly Thomas 852 Lincoln BLVD McChord Field, WA 98438 Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 9 June 2015. Quotes may be e-mailed to the attention of P.O.C.s listed below. Contact Information: MSgt Matthew R. Richard, Contracting Officer Ph: (509) 247-7223, email: 141MSG.MSC@us.af.mil Financing Information: Telephone quotes will not be accepted. Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code 423610. Vendors may register at: http://www.sam.gov. Statement of Work For UPS Preventative Maintenance and Capacitor & Battery Replacement Western Air Defense Sector McChord Field, JBLM, Washington 12 May 2015 DESCRIPTION OF WORK: Contractor shall provide all tools, parts, equipment, and labor to provide the services listed in this statement of work: 1)SUMMARY OF WORK: a)This project is to provide preventative maintenance, AC & DC capacitors, and battery replacement for four (4) Powerware 9315-160 UPS units. Work included: i)Pre-inspection: Visually inspect all components and connections. Download all current parameters and history. ii)Replacement: Replace all AC & DC capacitors and capacitor wiring harness using factory authorized replacement parts. iii)Removal/Replacement: Remove existing Cellwatch components from existing batteries. Replace all existing batteries with C&D Technologies UPS12-350MR batteries. Re-install Cellwatch components on new batteries. iv)Post-inspection: Visually inspect all components and connections for correctness. v)Clean: Clean all components inside of each unit. vi)Recalibration: If units are outside of acceptable working parameters, bring unit back into parameter. vii) Test: Test each unit under a no-load condition before bringing unit back on-line. b)Provide preventative maintenance and AC & DC capacitors for one (1) Powerware 9390-40 UPS unit, and one (1) Powerware 9355-30 UPS unit. Work included: i)Pre-inspection: Visually inspect all components and connections. Download all current parameters and history. ii)Replacement: Replace all AC & DC capacitors and capacitor wiring harness using factory authorized replacement parts. iii)Post-inspection: Visually inspect all components and connections for correctness. iv)Clean: Clean all components inside of each unit. v)Recalibration: If units are outside of acceptable working parameters, bring unit back into parameter. vi)Test: Test each unit under a no-load condition before bringing unit back on-line. 2)CLEAN-UP: a)The contractor shall clean up and remove from the site all replaced capacitors & batteries as well as all rubbish, which has resulted from any contract work and shall leave the premises in a clean and orderly condition, acceptable to the COR. 3)WORKMANSHIP: a)All work shall be accomplished in a professional manner by experienced Powerware factory trained technicians. 4)COORDINATION: a)The contractor shall schedule and coordinate all work with the COR, Mr. Kelly Thomas, 253-982-4766. Normal duty hours (0800-1500 M-F) b)Work hours will be the same as stated above. There will be no work accomplished outside of these hours. 5)QUALITY CONTROL: a) The COR will inspect all work to verify compliance. b) Inspections by the COR do not alleviate the contractor from his responsibility and do not alter warranties. 6)WARRANTIES: a)All work completed under this contract shall be guaranteed by the contractor against failure of workmanship for a period of one (1) year from date of completion of PM. 7)NOTES: a)At time of coordination, unit serial numbers and any other specific unit information required to accomplish the project will be given to the vendor. b)All work is in a classified secured area. Contractor will not need a security clearance, however, the COR will escort contractor while on site. c)Only one (1) UPS unit will be taken off line at a time. d)No UPS unit will be off line over night or outside of normal work hours. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a lowest priced technically acceptable decision. FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation 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 52.222-36, Affirmative Action for Workers with Disabilites FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 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 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6THCC5132AW01/listing.html)
 
Place of Performance
Address: Western Air Defense Sector 852 Lincoln BLVD McChord Field WA
Zip Code: 98438
 
Record
SN03741681-W 20150528/150526234259-87b76cfcb43206be0507e5af9ea8b331 (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.