SOLICITATION NOTICE
61 -- Uninterruptible Power Supply (UPS) Batteries and Installation
- Notice Date
- 5/5/2020 11:15:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 33599
—
- Contracting Office
- W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
- ZIP Code
- 20783-1197
- Solicitation Number
- W911QX20Q0110
- Response Due
- 5/12/2020 8:59:00 AM
- Archive Date
- 05/27/2020
- Point of Contact
- Karen A. Tran, Phone: 5756784963, Phillip J. Amador, Phone: 5756783523
- E-Mail Address
-
karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil
(karen.a.tran.civ@mail.mil, phillip.j.amador.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Disclaimer: 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; proposals are being requested and a written solicitation will not be issued. NOTICE: THIS PROCUREMENT WILL BE CONDUCTED USING A TIERED EVALUATION OF OFFERS. THE FOLLOWING PROCEDURES WILL BE UTILIZED: � THIS A SMALL BUSINESS SET-ASIDE THAT WILL CONVERT TO FULL AND OPEN COMPETITION IF NO ACCEPTABLE OFFERS ARE RECEIVED FROM RESPONSIBLE, SMALL BUSINESS CONCERNS. FOR OFFERS TO BE CONSIDERED ACCEPTABLE, THEY MUST MEET ALL TECHNICAL REQUIREMENTS CONTAINED IN THE SOLICITATION AND BE competitive in terms of market prices, quality, and delivery. If ONLY ONE ACCEPTABLE OFFER IS RECEIVED FROM A RESPONSIBLE, SMALL BUSINESS CONCERN, THE CONTRACTING oFFICER WILL CONSIDER AWARDING DIRECTLY TO THAT FIRM, PRIOR TO THE DISSOLUTION OF THE SMALL BUSINESS SET-ASIDE. NO AMENDMENT WILL BE ISSUED TO CONVERT THE SOLICITATION TO FULL AND OPEN COMPETITION. IF THE SMALL BUSINESS SET-ASIDE IS DISSOLVED, THE GOVERNMENT WILL AWARD TO THE LARGE BUSINESS WHOSE OFFER IS MOST ADVANTAGEOUS TO THE GOVERNMENT, BASED ON THE REQUIREMENTS AND EVALUATION CRITERIA SET FORTH IN THIS SOLICITATION. ALL INTERESTED PARTIES ARE ENCOURAGED TO RESPOND, REGARDLESS OF BUSINESS SIZE; HOWEVER, THEY MUST DO SO AT THEIR OWN RISK, TAKING INTO ACCOUNT THAT THIS IS A SMALL BUSINESS SET-ASIDE first, AND FULL AND OPEN COMPETITION ONLY AFTER THE ABOVE CRITERIA IS NOT MET. � This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Federal Acquisition Circular 2020-05. For purposes of this acquisition, the associated NAICS code is 335999. The small business size standard is 500 employees. Contract Line Item (CLIN) Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: (80ea) Sealed Lid Acid Batteries rated at 12 Volts, 119AH, and M6 threaded receptacle terminals in accordance with the attached Salient Characteristics document. . CLIN 0002: (40ea) Sealed Lid Acid Batteries rated at 12 Volts, 119AH, and M6 threaded receptacle terminals in accordance with the attached Salient Characteristics document. . CLIN 0003: (40ea) Sealed Lid Acid Batteries rated at 12 Volts, 44AH, and M6 threaded receptacle terminals in accordance with the attached Salient Characteristics document. . CLIN 0004: (80ea) Sealed Lid Acid Batteries rated at 12 Volts, 145 AH in accordance with the attached Salient Characteristics document. . CLIN 0005: Labor to include removal and disposal of existing batteries, and delivery and installation of new batteries in accordance with the attached Salient Characteristics document (Unit: One (1) Job). Specifications/Requirement: � UPS systems needing battery replacement are as follows: Building 394 Vault UPS Tag # 1417759, Liebert Model Unknown Two (2) Cabinets (CLIN 0001) Building 394 UPS #2 Tag # 1369686, Liebert S600T 450+ Three (3) Battery Cabinets, only two (2) cabinets failed (CLIN 0002) Building 328 Room #27-D NPwr Tag # 1417759, Liebert NPOWER 100-130 One (1) Battery Cabinet (CLIN 0003) Bldg 328 UPS #2 Tag # 1417703, Liebert S600T 450+ Three (3) Battery Cabinets, only two (2) cabinets failed (CLIN 0004) � � Delivery: Delivery is required by NLT 15 days after written notification from the Contracting Officer. Delivery shall be made 2800 Powder Mill Road, Building 102, Adelphi MD 20783-1197. Acceptance shall be performed at 2800 Powder Mill Road, Building 102, Adelphi MD 20783-1197. The FOB point is Destination. � Clauses: � The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: � In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. Evaluation Criteria - The specific evaluation criteria to be used are as follows:� � In accordance with FAR 13.106-2(b)(3), comparative evaluation procedures will be utilized. Comparative evaluation is the comparison of all offers received in response to this solicitation against each other. An item-by-item comparison of each offer to one another will be performed to determine which offer provides the most benefit to the Government. �Award will be made to the offer that is most advantageous to the Government. The Government may award to the lowest priced offeror that meets the Government�s minimum requirements; however, the Government reserves the right to award to a higher priced offeror exceeding the minimum requirements if it is most advantageous to the Government. In order to be considered for award, an offer must meet the Government�s minimum technical requirement contained in this solicitation. The below evaluation factors will be utilized during evaluation (in no order of relative importance): Price Technical Capabilities/Specification Past Performance Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer: N/A � The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A. � The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: � FAR: 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6, PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-6 (DEVIATION 2020-O0008), NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2020) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50, COMBATING TRAFFICKING IN PERSONS (JAN 2019) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN SYSTEM FOR AWARD MANAGEMENT (JUL 2013) � � DFARS: 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004, DOD ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB 2019) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.213-7000, NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM�STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (MAR 2018) 252.223-7008, PROHIBITION OF HEXAVALENT CHROMIUM (JUN 2013) 252.225-7000, BUY AMERICAN STATUTE�BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2017) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.244-7000, SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.246-7004, SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY OPERATIONS (OCT 2010) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (FEB 2019) � � � The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): � FAR: 52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (Feb 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) � DFARS: 252.203-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) � LOCAL CLAUSES: ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOVERNMENT INSPECTION AND ACCEPTANCE TAX EXEMPTION CERT. (ARL) TEMPORARY HOLD ON ALL DELIVERABLES RECEIVING ROOM � APG TEMPORARY HOLD ON ALL DELIVERIES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL PAYMENT TERMS ACCESS TO DOD FACILITY OR INSTALLATION � � This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. � The following notes apply to this announcement: Please copy Acquisition Specialist on proposal submissons: Aiden Witt, aiden.b.witt.ctr@mail.mil. Place of Performance: 2800 Powder Mill Road, Buildings 328 and 394, Adelphi MD 20783-1197 Set Aside: Tiered Small Business Set-Aside
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c8dc22a82b7e43eea4ee25f6728891eb/view)
- Place of Performance
- Address: Adelphi, MD 20783, USA
- Zip Code: 20783
- Country: USA
- Zip Code: 20783
- Record
- SN05646460-F 20200507/200505230205 (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 |