SOLICITATION NOTICE
J -- Liebert PDU Service Equipment Maintance Renewal - Attachment 1
- Notice Date
- 7/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- F4F1AU8052ACO2
- Archive Date
- 8/11/2018
- Point of Contact
- Matthew Switala, Phone: 9376567450
- E-Mail Address
-
matthew.switala@us.af.mil
(matthew.switala@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- CDRLS 3 CDRLS 2 CDRLS 1 Equipment List PDU Maintenance PWS ONLY AUTHORIZED BRAND NAME AWARDEES WILL BE CONSIDERED FOR AWARD UNDER THIS SOLICITATION. COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation, which is expected to result in the award if a Service Agreement, as described under the requirements section of this synopsis/solicitation or accompanying Performance Work Stated dated 20 July 2018 attached. This synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (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. The Government reserves the right to award without discussions. An award, if any, will be made to the responsible Offeror who submits a proposal that: 1. Conforms to the requirements of the synopsis/solicitation. 2. That receives a rating of "Acceptable" on the Technical Capability evaluation factor. 3. That submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Submittal of quotes in response to this synopsis/solicitation constitutes agreement by the Offeror of all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award at all depending upon the quality of proposals received and the price fair and reasonableness of proposals received. The synopsis/solicitation is for Liebert PDU Maintenance and is hereby issued as a Request for Quotes (RFQ) using FAR Subpart 13, Simplified Acquisition Procedures. NAICS Code: 811219, Other Electronic and Precision Equipment Repair and Maintenance This synopsis incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-101effective 20 July 2018; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20180629, effective 29 June 2018; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2018-0525, effective 25 May 2018. FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation applies to this solicitation. FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements applies to this solicitation. FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract OPTION(S) if applicable: This requirement is for maintenance on the following Liebert equipment: (Reference PWS dated 20 July 2018) Performance Schedule: Agreement Award POP is five (5) years. Base Year: 31 July 18 - 30 June 19 Option Yr1: 31 July 19 - 30 June 20 Option Yr2: 31 July 20 - 30 June 21 Option Yr3: 31 July 21 - 30 June 22 Option Yr4: 31 July 22 - 30 June 23 The effective period of this agreement is five (5) years, unless the Contracting Officer or the Contractor withdraws in writing prior to this date. Any termination will require a minimum of thirty (30) days written notice to either party addressed herein or expiration of the Agreement. Performance Destination: Wright Patterson Air Force Base 88 th Communication Group (CG) 2241 Avionics Circle Bldgs 20676, 10271, 10262 and 20016, in Area B WPAFB OH 45433 Evaluation Factors: The Government will award a Service Agreement resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforms to the combined synopsis/solicitation that will be most advantageous to the Government, price and other factors considered. The factors that shall be used to evaluate proposals are Technical and Price. Technical is more important than price in so far as a proposal is un-awardable at any price if the Technical factor is ultimately determined to be unacceptable. The Technical factor will be rated on an "acceptable" or "unacceptable" basis using the rating and descriptions below: Rating Description Acceptable Proposal clearly meets the minimum requirement The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number and Cage Code 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Timeframe that the quote is valid 5. Individual item price 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. POP Schedule Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this synopsis/solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this synopsis/solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Important Notice To: ALL CONTRACTORS WORKING ON WRIGHT-PATTERSON AFB, OHIO LEVEL 1 ANTITERRORISM (AT) AWARENESS TRAINING As members of "Team Wright-Patt" contractors and their employees are subject to the same or greater risk of becoming a victim in a terrorist act or inadvertently providing terrorists with a means to target Wright-Patterson Air Force Base. The Department of Defense (DoD) Standard 22 mandates that the Air Force OFFER level I AT Awareness Training to all contractors and their employees, under the terms and conditions specified in this contract. You and your employees are strongly encouraged to complete the computer based AT Awareness Tra8ining found at http://jko.jten.mil/courses/atl1/launch.html Vendors submitting a response to any RFQ that includes a requirement for supplies and/or services that have incurred, or that may incur a lapse in maintenance support prior to the award date, shall include as part of its response any applicable reinstatement fee(s). Anticipated Award Date is 31 July 2018 Lt Col Brian Miller has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first be directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at brian.miller.15@us.af.mil. Alternate is Ms. Selwa (Stel) Kirbabas Proposals are due by 10:00 a.m. EST, Friday 27 July 2018. Proposals shall be posted accordingly. In addition to submitted proposals, please provide a completed copy of the Tax Liability Form provided as an attachment to this RFQ. Any questions regarding this acquisition should be directed to: Matthew Switala matthew.switala@us.af.mil (937)656-7450 Attachment: 1. PWS 2. Equipment List 3. CDRLS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F4F1AU8052ACO2/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN05005068-W 20180726/180724231213-4e7e255c50eaa5ccdcfa4ec2b1db4015 (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 |