SOLICITATION NOTICE
J -- N5523622Q0067 - AC UNIT REPAIR SERVICES
- Notice Date
- 5/6/2022 11:13:57 AM
- Notice Type
- Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- SOUTHWEST REGIONAL MAINT CENTER SAN DIEGO CA 92136-5205 USA
- ZIP Code
- 92136-5205
- Solicitation Number
- N5523622Q0067
- Response Due
- 5/13/2022 11:00:00 AM
- Archive Date
- 05/28/2022
- Point of Contact
- Connor Chamberlain, Phone: 6197676826, Daniel Calleja, Phone: 6195565948
- E-Mail Address
-
connor.chamberlain@navy.mil, daniel.calleja@navy.mil
(connor.chamberlain@navy.mil, daniel.calleja@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A TOTAL SMALL BUSINESS SET-ASIDE under NAICS 811219. The subject combined synopsis will be processed under FAR Parts 12 and 13. This is an oral solicitation (N5523622Q0067) for an air conditioning unit repair service required at Southwest Regional Maintenance Center (SWRMC) � Naval Base San Diego. �SWRMC has an APC Rack Mount Symmetra LS chassis with servers installed. The current air conditioning unit installed in the server stack is an InRow RD 300mm Air Cooled 208-230V 60 Hz. The AC unit has malfunctioned and needs to be repaired in order to ensure the servers do not overheat. REQUIREMENTS: Repair one (1) InRow RD 300mm Air Cooled 208-230V 60 Hz (Serial Number: UK1124211552, Product ACRD100) air conditioning unit and ensure form and function to the current APC Rack Mount Symmetra LS chassis.� The repair shall result in the InRow RD 300mm Air Cooled 208-230V 60 Hz (Serial Number: UK1124211552, Product ACRD100) air conditioning working seamlessly within the APC Rack Mount Symmetra LS chassis and shall not degrade any part of the current system. Vendor shall recover the total charge and leak test unit. Conduct pressure test to verify there are no leaks in the system. Leaks must be repaired if found. Repair technician must be a Schneider Electric certified technician. Contractor shall recertify the APC ACRD 100 (Serial Number: UK1124211552) with Schneider Electric once repaired. Vendor shall provide a report or certificate to show the unit has been recertified with Scheider Electric. Repairs must be done in accordance with the attached Statement of Work (Attachment 1). The subject Wage Determination No.: 2015-5635; Revision No.: 19 (Date of Last Revision: 03/15/2022) is hereby incorporated into the subject solicitation (Attachment 2). FAR Clauses Included by Reference: 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Nov 2021) 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (Nov 2021) 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2021) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Jan 2022) 52.246-4 Inspection of Services-Fixed-Price (Aug 1996) PERIOD OF PERFORMANCE (POP): Upon Awarded � 20 May 2022 Please submit your quote via e-mail to Connor Chamberlain, connor.chamberlain@navy.mil (primary) and Cynthia Urias, cynthia.urias@navy.mil (secondary). QUOTES must be received by the destination inbox no later than 13 May 2022 at 1100 (PDT) or they will not be considered for award. No facsimile quotes will be accepted. OFFEROR INSTRUCTIONS Quote Preparation Instructions: Your quote must consist of the following: Quoted price for all labor and parts required to accomplish all requirements of the attached Statement of Work. Prices MUST be quoted Firm Fixed Price (FFP). Proof of certification by Schneider Electric IT Corp must be provided. The repair technician must be a Schneider Electric certified technician. The Government�s acceptance of your offer will create a binding contract between your company and the Government. QUOTER QUESTIONS Quoter�s questions shall be sent via email to the assigned contract specialists using RFQ Attachment 3. The email shall address the RFQ number and forwarded to the assigned contract specialists, as identified below: (Primary) connor.chamberlain@navy.mil (Alternate) cynthia.urias@navy.mil Please submit all inquiries to both email addresses. Quoter�s questions that are answered will be addressed in subsequent amendments to the solicitation. Pre-quote inquiries shall be received no later than two (2) business days prior to the solicitation�s posted closing date, up until the end of the business day. The purpose of this restriction is to allow the Government sufficient time to prepare a response. In the event the solicitation closing date and time are extended, the deadline for receipt of pre-quote inquiries shall be similarly extended to two (2) business days prior to the newly established closing date and time. Although every effort will be made, the Government makes no guarantee that all questions received within the allotted timeframe will be answered. BASIS FOR AWARD EVALUATION FACTORS FOR AWARD The subject solicitation will be processed using FAR Parts 12 and 13. 1.0 General. The Government will award the contract to the vendor who represents the best value to the Government. The Government will determine best overall value on the basis of the evaluation factor described below in 3.0. 2.0 Quote. Quote must adhere to the Government�s solicitation. The Government will consider quote to be acceptable when it (1) manifests the vendor�s assent, without exception or imposition of condition, to the terms and conditions of the RFQ, including attachments and documents incorporated by reference, and (2) includes material information required by the solicitation. If you (a) take exception to any of the terms and conditions of the RFQ, (b) impose additional conditions, (c) omit material information required by the RFQ, or (d) fail to provide written acknowledgement of all amendments issued, then the Government will consider your quote to be unacceptable and you to be ineligible for contract award. (The Government reserves the right to change the terms and conditions of this RFQ by amendment at any time prior to the source selection decision.) 3.0 Evaluation Factors. The evaluation factors that will be used are price, technical acceptability, and past performance. A quoter receiving a rating of Unacceptable in past performance, or Unacceptable for technical acceptability, or if their price is considered unreasonable, alone, will be sufficient to result in the quoter not being offered the purchase order, regardless of the ratings received for the remaining evaluation factors. 3.1 Price. The Government will evaluate the proposed price for reasonableness in accordance with FAR 13.106-3. 3.2 Technical Acceptability. The Government will ensure each offeror has an active profile on SAM.gov with no active exclusions. The Government has the right to ask for evidence which proves the vendor�s repair technicians are certified to perform this work by Schneider Electric. If no evidence is provided, the Government may determine a vendor�s quote technically unacceptable. The Government will evaluate if the quote meets all of the salient characteristics of the Statement of Work. 3.3 Past Performance. The Government will review the Supplier Performance Risk System (Past Performance) ratings. If no rating is provided, it will be considered neutral. 4.0 Basis of Award. The Government will make a source selection decision based on the Price Reasonableness in accordance with FAR 13.106-3(a). An offeror must propose a reasonable price and be rated as �Acceptable� in all non-price factors to be eligible for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e73747d241f4090b75ae90b56f98ed5/view)
- Place of Performance
- Address: San Diego, CA 92136, USA
- Zip Code: 92136
- Country: USA
- Zip Code: 92136
- Record
- SN06319737-F 20220508/220506230055 (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 |