SOLICITATION NOTICE
J -- APC UPS Maintenance
- Notice Date
- 4/6/2020 7:15:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- FA8751 AFRL RIKO ROME NY 13441-4514 USA
- ZIP Code
- 13441-4514
- Solicitation Number
- FA875120Q0275
- Response Due
- 4/13/2020 12:00:00 PM
- Archive Date
- 04/28/2020
- Point of Contact
- Tabitha Haggart, Phone: 3153303787, Jenna Tarbania, Phone: 3153302260
- E-Mail Address
-
tabitha.haggart@us.af.mil, jenna.tarbania@us.af.mil
(tabitha.haggart@us.af.mil, jenna.tarbania@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA8751-20-0275 is issued as a �request for quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-04 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200114. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 811210 with average annual receipts of $30,000,000. The contractor shall provide the service as described in the attached Performance of Work Statement (PWS) on a firm fixed price basis including the cost of shipping FOB Destination. � Anticipated Period of Performance will be One (1) Year:� �April 2020 to April 2021.� Exact dates to be determined upon award. All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. The place of delivery, acceptance and FOB destination point is Rome, NY. Refer to the attached PWS for contract specific requirements (Attachment No.1) In order to be considered for award the contractor must submit, with their quote, proof of certification for all OEM installers/technicians who must meet all APC/Schneider standards and requirements per the attached PWS.� Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The provision at 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition.� Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3PM, (Eastern Time) 13 April 2020.� Submit electronically to Tabitha.Haggart@us.af.mil. ��Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)� Submit a technical description of the service being offered. (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. � (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Items �applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; and (ii) price; All evaluation factors other than price, when combined, are approximately equal to price. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DFARS 252.239-7009, Representation of Use of Cloud Computing (SEP 2015) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2)� The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items applies to this acquisition.� The following additional FAR clauses cited in the clause are applicable to this acquisition: The affected 52.219 clauses within 52.212-5 below and in www.Acquistion.gov contain the superseded dates and information. 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies 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 Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires ����������� 23183 Electronics Technician Maintenance III, WG 10/2 $27.43 + $4.54 = $31.97 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplements clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.228-5, Insurance-Work on a Government Installation 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System � Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Class Deviation 2020-O0005) 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7010, Cloud Computing Services 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is: Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS (a)� Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens.� For the purpose of base and network access, possession of a permanent resident card (�Green Card�) does not equate to U.S. citizenship.� This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments.� Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access.� The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). (b)� For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor�s application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system.� If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver.� Any additional access restrictions established by the IT network/system owner apply.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a8966fb982d7471f8bf25bd42896c94e/view)
- Place of Performance
- Address: NY 13441, USA
- Zip Code: 13441
- Country: USA
- Zip Code: 13441
- Record
- SN05611220-F 20200408/200406230144 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |