Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2021 SAM #7116
SOLICITATION NOTICE

J -- Eaton Batteries inspection and maintenance

Notice Date
5/24/2021 2:40:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S3AC1074AW01
 
Response Due
6/4/2021 10:00:00 AM
 
Archive Date
06/19/2021
 
Point of Contact
Brian Wu, Phone: 6612778472, Ana Velasco
 
E-Mail Address
brian.wu@us.af.mil, ana.velasco.2@us.af.mil
(brian.wu@us.af.mil, ana.velasco.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�The Air Force Flight Test Center at Edwards Air Force Base has a requirement for Eaton Battery Inspection and Maintenance. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 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 solicitation is a request for a quote (RFQ) The NAICS code is 335911. This requirement is a 100% small business set aside. Description of the requirement is as follows: Scope � Contractor will:� Perform all maintenance, inspections, and repairs according to the manufacturer�s recommendations.� If repair is necessary, the contractor will purchase all required components and assembly parts, remove old components, install new components, and confirm proper operational status.� All inspections and calibrations of the UPS must be done in accordance with manufacturer�s specifications.�� Contractors must be certified by Eaton as 93PM UPS qualified technicians � certified to calibrate the specific �interface board� and �control board� configurations currently installed on both UPSs.� The technician will be required to place the UPS into and out of �By Pass� mode. � Objectives � This is a full maintenance, repair, and service contract.� All work should be scheduled and completed with minimum impact to electrical load supported by the UPS systems.� Work schedules will be coordinated with the Points of Contact identified in line item #7. � Maintenance contractor must provide 24 hours a day, 7 days a week, 365 day, four hour, on site, response time should a failure occur.� � Tasks � Contractor will replace any failed part or component necessary to maintain the UPS in a fully operational status.� Contractor will replace any and all manufactures suggested items identified by the manufacturer as �Limited Life Components� to ensure the UPSs are fully operational.� Contractor will also dispose of all replaced parts, components, batteries, etc. related to any maintenance action. � Replacement of the UPS power supplies has been recommended by certified technicians during a recent periodic maintenance inspection.� No fault has occurred related to these components.� The components are considered at the end of their life cycle and need to be replaced.� Replacement of the UPS power supplies is considered a task in this statement of work. � � IAW DFARS 252.204-7004, all contractors responding must be registered with the System for Award Management (SAM). To register, please visit http://www.sam.gov. Offerors shall electronically complete FAR/DFARS Representations and Certification at http://www.sam.gov. � ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination): Warranty (if applicable) This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. The Government reserves the right to add or remove any provision or clause for its benefit. Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities); 52.204-18 Commercial and Government Entity Code Maintenance, 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, 52.222-3 Convict Labor, 52.222-50 Combating Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); 52.228-5, Insurance � Work on a Government Installation. The following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015 Disclosure of Information to Litigation Support Contractors, 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, 252.244-7000 Subcontracts for Commercial Items, 5352.201-9101 Ombudsman. If your company is capable of providing the required inspection and maintenance, please submit a quote not later than Tuesday, 4 June 2021 1:00 p.m. Pacific Standard Time. to: Directorate of Contracting, AFTC/PZIOA, ATTN: Brian Wu, 5 S. Wolfe Avenue, Edwards AFB, CA. 953234-1185. Ensure your proposal addresses the requirement in the Instructions and Notices to Offerors and your ability to meet the selection criteria in the award evaluation. Please direct all inquiries concerning this Request for Proposal to: Brian Wu, e-mail to brian.wu@us.af.mil. There are two attachments to this solicitation: (1) Solicitation Document (2) Statement of work(SOW). � � Contracting Office Address: Department of the Air Force, Air Force Materiel Command, AFTC � Air Force Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185 Point of Contact(s): Brian Wu, Contracting Specialist, email: brian.wu@us.af.mil, Ana Velasco, Contracting Officer, email: ana.velasco.2@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4bd8ee7d590446f89835af85f16502bf/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06010749-F 20210526/210525200218 (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.