Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
SOLICITATION NOTICE

61 -- Inverter Replacement

Notice Date
8/10/2020 11:21:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
W6QK ACC-APG DIR ABER PROV GRD MD 21005-3013 USA
 
ZIP Code
21005-3013
 
Solicitation Number
PANAPG-20-P-0000-022369
 
Response Due
8/27/2020 1:00:00 PM
 
Archive Date
09/11/2020
 
Point of Contact
Tien NGuyen, David A. Humfleet
 
E-Mail Address
tien.q.nguyen.civ@mail.mil, david.a.humfleet.civ@mail.mil
(tien.q.nguyen.civ@mail.mil, david.a.humfleet.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ). The solicitation number is PANAPG-20-P-0000-022369. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is set-aside 100% for small businesses; all qualified Contractors are encouraged to submit a quote. The NAICS code is 335999, with a small business size of 500 employees. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) on behalf of the Dial Central Office (DCO), located in the Edgewood Area of Aberdeen Proving Ground (APG) is seeking Contractors to provide installation of Inverter or Uninterruptable Power Source (UPS) system; test the new Inverter or UPS; cutover and put in service the new Inverter or UPS system; and remove the existing Inverter for the RNEC APG Telephone switching systems as required in accordance with the Performance Work Statement (PWS) listed in the Request for Quote (RFQ). Please see the attachment �PWS�E513 Inverter . The Contractor shall specify delivery and installation date estimate after receipt of order, unit prices, extended prices and commercial warranties with quote submissions. Quotes shall specifically address each requirement stated on the PWS. Partial quotes will NOT be evaluated by the Government. All equipment WITHOUT EXCEPTION must be new and any manufacturer's warranty information must be included. All submissions must be BAA Compliant and clearly annotated on the quotation. Delivery and Installation will be FOB Destination, please see attached PWS for more detail.� Award will be made on the basis of the Lowest Price Technically Acceptable (LPTA) offer. The technical evaluation will be a determination based upon information provided by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make award without discussions.� Quotations must be dated and emailed to tien.q.nguyen.civ@mail.mil NLT Thursday, 27 August 2020 at 4:00 PM ET. Late submissions will not be evaluated. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or through the Federal Service Desk at http://www.FSD.gov. SITE VISIT: A site visit is scheduled for Monday, 17 August 2020 at 9:00 AM ET. If you plan to attend the site visit, please submit your name, contact information and Attachment I - Visit Request Form to the Contract Specialist Tien Nguyen, tien.q.nguyen.civ@mail.mil, not later than (NLT) Thursday, 13 August 2020 at 1:00 PM ET. Directions and instructions to access the facility will be provided upon receipt of contact information. No more than two (2) representatives per company shall be allowed on the site visit.� It is the Offorer's responsibility to plan to arrive early enough to process through the APG Area Visitor Center and arrive at the site NLT 8:30 AM ET.� It is highly recommended that the Offeror should visit the site and take such steps as may be necessary to ascertain the nature and location of the work and the general and local conditions that may affect the work or cost thereof. �Offerors are required to bring a hard hat and wear a mask and gloves.� The hard hat and mask are not optional.� If they do not have these items, they will not be allowed to enter the building. ��THE SITE VISIT IS NOT MANDATORY and failure to attend will not disqualify the Offeror from competition. However, failure to attend will not relieve the Offeror from the responsibility for properly estimating the difficulty or cost of successfully performing the work. The Government will assume no responsibility for any understating or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quote (RFQ), the specifications or related documents. ACC-APG 5152.229-4900 - Exemption From Maryland Retail Sales and Use Tax (OCT 2012) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax. QUESTIONS: For questions concerning this Request for Quotation contact Ms. Tien Nguyen via email at tien.q.nguyen.civ@mail.mil. Please provide any questions NLT Tuesday, 25 August 2020 at 1:00 PM ET. NO TELEPHONE REQUESTS WILL BE HONORED. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraphidentifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://www.acq.osd.mil/dpap/sitemap.html The following clauses and provisions are incorporated by reference: FAR 52.204-7 System for Award Management FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-25 Prohibition of Contracting for Certain Telecomunications and Video Surveillance Services or Equipment 52.204-26 Covered telecommunications Equipment or Services--Representation FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.211-17 � Delivery of Excess Quantities FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2, Evaluation- Commercial Items FAR 52.212-3, Offeror Representations and Certifications -Commercial Items FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 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 52.222-37, Employment Reports on Veterans FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies To Ban TextMessaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.243-1, Changes- Fixed Price, Alternate I FAR 52.247-34 F.O.B. Destination DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors. DFARS 252-211-7003, Item Identification and Valuation DFARS 252-215-7007, Notice of Intent to Re-solicit DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43b2e467cec24623b0d33214007481ed/view)
 
Place of Performance
Address: MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN05751689-F 20200812/200810230150 (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 |
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.