Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 14, 2024 SAM #8296
MODIFICATION

61 -- 179 COG Uninterruptable Power Supply

Notice Date
8/12/2024 10:47:37 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
W7NU USPFO ACTIVITY OHANG 179 MANSFIELD OH 44903-8049 USA
 
ZIP Code
44903-8049
 
Solicitation Number
W50S8R24R5029
 
Response Due
8/16/2024 7:00:00 AM
 
Archive Date
08/31/2024
 
Point of Contact
Jeffrey Snyder, Phone: 4195206542, CASITY SCHAG
 
E-Mail Address
jeffrey.snyder.20@us.af.mil, casity.schag@us.af.mil
(jeffrey.snyder.20@us.af.mil, casity.schag@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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation W50S8R-24-R-5029 is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-06. This solicitation is being solicited as 100% small business set-aside. The NAICS code that applies is 335999 and business size is 600 employees. This action will result in a FFP purchase order, utilizing simplified acquisition procedures. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to deliver the following items: CLIN Description Quantity Unit of Issue Salient Characteristics 0001 UPS 6 EA *Input voltage: 120V *Output voltage: 120V *Kw rating: 1000 *Rated power in VA: 1440 VA *Input connection type: NEMA 5-15P *Output connection type (min qty):� NEMA 5-15R (6) *Number of rack units: 2U *Battery Type: Lead Acid *Color: black or grey/silver (no white) *Mounting mode: Rack-mounted *Battery runtime: minimum of 15 minutes at 50% load capacity (500 W) *Other: ability to connect to and be managed via a network connection. 0002 UPS 2 EA *Input voltage: Range of 150-280VAC *Output voltage: 120/208 (configurable) *Kw rating: 6000W *Rated power in VA: 6000 VA *Input connection type: hard wired *Output connection type (min qty): hard wired� *Number of rack units: Double conversion *Battery Type: Lead Acid *Color: black or grey/silver (no white) *Mounting mode: Rack-mounted *Battery runtime: minimum 3 minutes backup time on based on 50% load *Other: ability to connect to and be managed via a network connection. Location - 1947 Harrington Memorial Drive, Mansfield, Ohio 44903 utilizing FOB Destination. Transmittal and Cover Letter The offeror�s transmittal and cover letter for the quote must contain the name, phone number, and email address of the person to be contacted concerning any matter related to this solicitation.� Include the following information in your quote: CAGE Code and Unique Entity ID Company Name, mailing address, & website Date submitted and quote expiration date Delivery time/terms Warranty ***Offerors shall include with their proposal a filled out 52.204-24 representation.*** ADDENDUM TO 52.212-2 1 BASIS FOR CONTRACT AWARD: This solicitation is for a Firm Fixed Price Contract. The Government intends to award a single contract to a qualified Offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to all solicitation requirements and is judged to represent the Best Value to the Government. Best value is expected to result from the evaluation of technical acceptability, price, delivery, and information contained in the Supplier Performance Risk System (SPRS). 2 EVALUATION FACTORS FOR AWARD: The evaluation factors are (1) Technical, (2) Price, (3) Delivery, and (4) SPRS. To arrive at a Best Value decision, the Contracting Officer will integrate the evaluation of Technical, Price, Delivery, and SPRS. Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis. An offeror shall obtain an �Acceptable� rating to continue further in the competition. Offerors who are deemed to merit an �Unacceptable� rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the description outlined below. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. Technical Documentation: Provide a product specification sheet, adequate enough for the government to evaluate that proposed product meets all requirements of the RFQ. Offerors will be deemed technically acceptable if the quoted product meets all RFQ. Price. The total quoted price from offerors determined technically acceptable will be evaluated. Delivery. Delivery terms contained in the offer will be evaluated. In general, quicker lead times are considered more favorable to the Government. SPRS. The Government shall utilize information contained in SPRS, if available, as described in 52.204-7024. Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably. (End of provision) For more information regarding this solicitation please contact MSgt Jeffrey Snyder via email at jeffrey.snyder.20@us.af.mil Offers are due by 10:00 A.M. EST 16 August 2024: email jeffrey.snyder.20@us.af.mil List of Attachments: Attachment 1: Clauses and Provisions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1be27b0ee44a41578f21df14bc257686/view)
 
Place of Performance
Address: 44903, USA
Zip Code: 44903
Country: USA
 
Record
SN07165718-F 20240814/240812230112 (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.