Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
MODIFICATION

J -- Maintenance for Liebert UPS/power/battery/cooling equipment - Responses to questions

Notice Date
9/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800449
 
Point of Contact
Stuart G. Kern, Phone: 3014023334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Responses to questions MODIFICATION TO EXTEND DUE DATE AND TO ANSWER QUESTIONS THE DUE DATE IS EXTENDED TO 11:00 EASTERN TIME, WEDNESDAY, SEPTEMBER 12, 2018 ANSWERS TO QUESTIONS ARE POSTED WITH THIS MODIFICATION. ALL OTHER PROVISIONS OF THIS SOLICIATION ARE UNCHANGED. MODIFICATION TO EXTEND DUE DATE THE DUE DATE IS EXTENDED TO 11:00 AM EASTERN TIME, TUESDAY, SEPTEMBER 11, 2018. A STATEMENT OF WORK IS BEING POSTED WITH THIS MODIFICATION. ANSWERS TO QUESTIONS WILL BE POSTED TO FBO BY 11:00 AM FRIDAY, SEPTEMBER 7, 2018. ALL OTHER PROVISIONS OF THIS SOLICITATION ARE UNCHANGED. COMBINED SYNOPSIS / SOLICITATION AS ORIGINALLY POSTED FOLLOWS: COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Maintenance for Liebert UPS/power/battery/cooling equipment (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 being requested and a written solicitation will not be issued. (ii)The solicitation number is NIHDA201800449 and is issued as a request for quotation. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 dated 8/22/2018. (iv)The associated NAICS code is 811310 and the small business size standard is $7.5 million. This requirement is set aside 100% for small business. (v)The National Center for Advancing Translational Sciences (NCATS) of the National Institutes of Health requires preventive maintenance for Liebert-brand power infrastructure (power conditioning, uninterruptable power supplies, batteries, and cooling services) that support NCATS' laboratories, automated laboratory equipment, robotic systems, administrative areas, etc. (vi)Support is required for the following Liebert systems: DESCRIPTON, LIEBERT MODEL NO. SEALED BATTERY, 38BP080XMX1BNS NX UPS 60KVA, 38SA060A0A00 EXM UPS 10KVA IB, 47SA010A2CF0899 EXM UPS 10KVA IB, 47SA010A2CF0A04 EXM10 MAINTBYPSS, 47MBA37AC0R1080 STAT TRANS SWITCH, STA0100A32C870 STAT TRANS SWITCH, STA0100A32C870 NX UPS 60KVA, 38SA060A0A00 SEALED BATTERY, 38BP080XPX1BNS NX BYPASS DIST CAB, FNA07ANNNN3 REM DIST CAB, RXCSB24S3383 REM DIST CAB, RXCSB24S3383 POWER DIST 75KVA, PPA075C234A3383 POWER DIST 75KVA, PPA075C234A3383 NX UPS 100KVA, 38SA100A0A01S37 NX UPS 100KVA, 38SA100A0A01S37 SEALED BATTERY, 38BP120XPX1BNS SEALED BATTERY, 38BP120XPX1BNS COOLING LBRT DSCW, CW038DC1A2S742 COOLING LBRT DS, DS105DUA1EI447S COOLING LBRT DS, DS105DUA1EI447S Offerors must provide: - Evidence that they are authorized partner of Vertiv (formerly Emerson Network Power) - Expertise and experience in the maintenance of these systems: - Power conditioning/power center - Power distribution systems - Stationary battery systems - Uninterruptible power systems - Static transfer switch - Precision cooling services (floormount, ceiling, wallmount, and heat rejection) Ability to provide guranteed emergency response Evidence that service personnel are factory-trained Responses must include information regarding respondents': (a) staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. (vii)This contract will consist of one year, 9/29/2018 - 9/28/2019, with four option years. Place of performance is at the National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, MD 20850. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) 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. Evidence that they are authorized partner of Vertiv (formerly Emerson Network Power) 2. Expertise and experience in the maintenance of these systems: - Power conditioning/power center - Power distribution systems - Stationary battery systems - Uninterruptible power systems - Static transfer switch - Precision cooling services (floormount, ceiling, wallmount, and heat rejection) 3. Ability to provide guranteed emergency response 4. Evidence that service personnel are factory-trained Responses will be evaluated on a trade-off basis. Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Additional terms and conditions shall be incorporated into the contract as follows: FAR 52.217-9, Option to Extend the Term of the Contract OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five. (End of clause) (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii)There are no additional contract requirements or tems and conditions applicable to this acquisition. (xv)Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by TUESDAY, SEPTEMBER 11, 2018, at 11:00 a.m. Eastern time, and reference number NIHDA201800449. Responses must be submitted electronically to Stuart Kern, Contract Specialist, stuart.kern@nih.gov. Fax responses will not be accepted. (xvi)The individual to contact for information regarding the solicitation is Stuart Kern, Contract Specialist, stuart.kern@nih.gov, 301-402-3334.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800449/listing.html)
 
Place of Performance
Address: National Center for Advancing Translational Sciences (NCATS), 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05082414-W 20180912/180910231904-e3b1d6f04507ed13fdb1b2640d5ea866 (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.