SOLICITATION NOTICE
61 -- B409 UPS
- Notice Date
- 3/4/2025 5:23:03 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
- W50S8R25Q0004
- Response Due
- 3/10/2025 7:00:00 AM
- Archive Date
- 03/25/2025
- 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 W50S8R25Q0004 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 2024-07. 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 provide and install the following items: CLIN Description Quantity Unit of Issue Salient Characteristics 0001 UPS Power Module Replacement 1 EA UPS power module replacement on Eaton UPS Must be compatible with the EATON 93PM-200 UPS system Current EATON UPM ASSY P/N 744-A4535 0002 UPS Battery Upgrade 2 EA Replacement of two battery backup systems to support EATON 93PM-200 UPS system. Each system needs 72 batteries for a total of 144 compatible 12V 500W sealed lead acid batteries Old batteries shall be turned over to 179 CW Environmental for disposal These services shall include any equipment, wiring, or infrastructure to ensure the Contractor's proposed solution is compatible with the Government's current infrastructure without additional Government expense. The Contractor shall follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement. Following the completion of work, contractor shall provide a Field Activity Report containing observations, conditions, and recommendations sent to the customer within 5 business days. Installation shall be performed by OEM authorized party. The Contractor shall use manufacturer recommended procedures and products to perform all associated replacement work to ensure the UPS system is operating properly Base access Requirement: The contractor shall comply with all applicable installation/facility access and local security policies and procedures, which may be obtained from the Contracting Officer. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the local installation�s Security Forces, Director of Emergency Services or local Security Office. The contractor shall ensure compliance with all personal identity verification requirements as directed by DoD, Headquarters Air Force (HAF) and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program. Antiterrorism Awareness Level I Training (AT Level I). All contractor employees, to include subcontractor employees, requiring access to US Government installations, facilities and controlled access areas shall complete AT Level I training within 15 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. AT Level I may be accomplished by a Level I qualified instructor; completing the Force Protection computer-based training (CBT) course on the Advanced Distributed Learning System (ADLS) or Joint Knowledge Online at http://jko.jten.mil. Tracking for each contractor or subcontractor employee is the responsibility of the COR or unit AT Representative. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee to the contracting officer within 15 calendar days after completion of training by each employee or subcontractor personnel. 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: Offeror shall provide a product specification sheet, adequate enough for the government to evaluate that the proposed products meet all requirements of this solicitation. Offeror shall provide a sufficiently detailed technical approach to perform the installation/replacement work requested within this RFQ and shall not simply restate RFQ requirements Standard: A technically acceptable rating is met when the offeror provides product specification sheets and a technical approach that clearly demonstrates the ability to perform the requested work IAW all requirements of this solicitation 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 DFARS 252.204-7024. 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 10 March 2025: email jeffrey.snyder.20@us.af.mil List of Attachments: Attachment 1: Clauses and Provisions NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency�s Protest Decision Authority, but not both, in accordance with NG protest procedures. To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below: National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204 Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@mail.mil All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1df8b4d258d4dc3a92e00974ed7d1af/view)
- Place of Performance
- Address: OH 44903, USA
- Zip Code: 44903
- Country: USA
- Zip Code: 44903
- Record
- SN07360687-F 20250306/250304230048 (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 |