Uninterruptible Power Supply (UPS) System Install and Maintenance/Sustainment Service – WOSB Set-Aside

expired opportunity(Expired)
From: Federal Government(Federal)
FA461324Q1016

Basic Details

started - 22 Mar, 2024 (1 month ago)

Start Date

22 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
FA461324Q1016

Identifier

FA461324Q1016
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE AIR FORCE (60450)AIR FORCE GLOBAL STRIKE COMMAND (252)FA4613 90 CONS PK (523)
[object Object]

SetAside

WOSB(SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15))

Attachments (13)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 6 - Added Attachment 9 - Second Questions and Answers. Changed Attachment 1 - Performance Work Statement (dated 22 March 2024, substantive changes in RED). Changed List of Attachments in Description.Amendment 5 - Changed Attachment 1 - Performance Work Statement (dated 7 March 2024, substantive changes in RED). Added a second site visit to Description, scheduled for 19 March at 0900 MDT (see Attachment 8 - Second Site Visit Agenda). Changed Questions Due date to 21 March at 1000 MDT. Changed Quotes Due date to 29 March at 1000 MDT. Changed List of Attachments in Description.Amendment 4 - Quote due date extended to 15 Mar 24. Follow-on Amendment to follow with further details.Amendment 3 - Added Attachment 7a - Questions and Answers (changed answers to questions 6 and 13 from Attachment 7 - Questions and Answers). Changed List of Attachments in Description. Changed quotes due date from 07 March 2024 to 08 March 2024 at 1000 MST.Amendment 2 - Added Attachment 1a - Line
Drawings. Changed section 1.1.1. in Attachment 1 - Performance Work Statement. Added Attachment 7 - Questions and Answers. **Note: Salient characteristics for the "breaker" mentioned in question 13 of Attachment 7 - Questions and Answers will be posted as an amendment to the solicitation before the quotes due date.**Amendment 1 - Changed technical evaluation criteria 5.1.3.1. from "current Wyoming Electrical Licence" to "current Electrical License from any U.S. State". Changed site visit date from 15 February 2024 to 22 February 2024. Changed questions due date from 20 February 2024 to 27 February 2024. Changed quotes due date from 29 February 2024 to 07 March 2024. Changed clause 52.212-5 in Attachment 5 - Provisions and Clauses.Combined Synopsis/Solicitation Solicitation Number: FA461324Q1016Purchase Description: Uninterruptible Power Supply (UPS) System Install and Maintenance/Sustainment Service – WOSB Set-Aside This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov as a Women-Owned Small Business (WOSB) Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1016, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business standard of $34M.The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) 2024-02 effective 22 January 2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change 01/22/2024 effective 22 January 2024, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) DAFAC 2023-0707 effective 07 July 2023.DESCRIPTION OF SERVICE: The contractor shall provide all personnel, management, tools, supplies, equipment, labor necessary, training, transportation to remove and dispose of the old Uninterruptible Power Supply (UPS) and install and provide maintenance/sustainment services to provide a new UPS system at F. E. Warren Air Force Base, Wyoming, in accordance with Attachment 1 – Performance Work Statement.CLIN STRUCTURE:CLIN 0001: UPS Equipment, Labor, Installation, and Additional SuppliesQuantity: 11 Unit of Issue: Job Unit Price: $_____________Extended Price (Quantity X Unit Price): $________________ CLIN 0002: Base Year Maintenance and Sustainment (Estimated: 13 Mar 24 – 12 Mar 25)Quantity: 121 Unit of Issue: Months Unit Price: $_____________Extended Price (Quantity X Unit Price): $________________ CLIN 1001: Option Year 1 – Maintenance and Sustainment (Estimated: 13 Mar 25 – 12 Mar 26)Quantity: 121 Unit of Issue: Months Unit Price: $_____________Extended Price (Quantity X Unit Price): $________________ CLIN 2001: Option Year 2 – Maintenance and Sustainment (Estimated: 13 Mar 26 – 12 Mar 27)Quantity: 121 Unit of Issue: Months Unit Price: $_____________Extended Price (Quantity X Unit Price): $________________ CLIN 3001: Option Year 3 – Maintenance and Sustainment (Estimated: 13 Mar 27 – 12 Mar 28)Quantity: 121 Unit of Issue: Months Unit Price: $_____________Extended Price (Quantity X Unit Price): $________________ CLIN 4001: Option Year 4 – Maintenance and Sustainment (Estimated: 13 Mar 28 – 12 Mar 29)Quantity: 121 Unit of Issue: Months Unit Price: $_____________Extended Price (Quantity X Unit Price): $________________ TOTAL PRICE: $_________________________All CLINs F.O.B. Destination. LIST OF ATTACHMENTS:Attachment 1 – Performance Work Statement Attachment 1a – Line DrawingsAttachment 2 – Wage Determination Attachment 3 – Site Visit AgendaAttachment 4 – Offeror Quote Supplement FormAttachment 5 – Provisions and ClausesAttachment 6 – Supplemental ClausesAttachment 7 – Questions and AnswersAttachment 7a – Questions and AnswersAttachment 8 – Second Site Visit AgendaAttachment 9 – Second Questions and AnswersPERIOD OF PERFORMANCE: • Period of performance is 100 calendar days after date of contract.• Once contract is awarded, options can be exercised at the Government’s discretion. • Any contractor concerns with the period of performance shall be submitted, prior to the quote due date, by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil and shall include the contractor’s proposed period of performance in days with the justification to support it.PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005OTHER INFORMATION: Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. SITE VISIT: A site visit will take place on Thursday 22 February 2024 and will begin at 0900 Mountain Standard Time (MST). Interested parties need to provide notice of interest by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil by Wednesday 21 February 2024, by 0900 MST. While encouraged, the site visit is not mandatory. Please refer to Attachment 3 – Site Visit Agenda for additional instructions.SECOND SITE VISIT: A site visit will take place on Tuesday 19 March 2024 and will begin at 0900 Mountain Daylight Time (MDT). Interested parties need to provide notice of interest by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil by Monday 18 March 2024, by 0900 MDT. While encouraged, the site visit is not mandatory. Please refer to Attachment 8 – Second Site Visit Agenda for additional instructions.QUESTIONS: Questions shall be received no later than Tuesday 21 March 2024 at 1000 MDT. Forward responses by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil.QUOTES:Responses/quotes MUST be received no later than Friday 29 March 2024 at 1000 MDT. Forward responses by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil. INSTRUCTIONS TO OFFERORS: Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)FAR 52.212-1 is hereby tailored as follows: 1. Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1. 2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate. 3. The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order. 4. The Government will consider all quotes that are timely received and will not consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable. 5. Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows: 5.1. In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission: 5.1.1. Cover page or a completed copy of Attachment 4 – Offeror Quote Supplement Form to include the offeror’s: 5.1.1.1. Company Name and Company Doing Business As (if applicable)5.1.1.2. Physical Address5.1.1.3. Cage code and/or Unique Entity ID 5.1.1.4. Point of Contact 5.1.1.5. Phone number 5.1.1.6. Email address 5.1.1.7. Business Type 5.1.1.8. Statement that your company fully understands this solicitation and will meet all the requirements specified in the Performance Work Statement.5.1.1.9. Offer must be no more than five (5) pages and may only include the vendor’s name and any identifier on the first page or the cover page of the offer. 5.1.1.10. Offer must include delivery date of the UPS System and completion date of the install.5.1.2. Firm Fixed Pricing to include:5.1.2.1. Price Per Unit and Total Per CLIN5.1.2.2. Total Overall Price5.1.2.3. Discount Terms (if applicable)5.1.2.4. Quote Number (if applicable) 5.1.2.5. Quote Valid Until Date 5.1.3. Technical Criteria must include:5.1.3.1. Current Electrical License from any U.S. State.5.1.3.2. UPS system brand name, make, model, and components that meets the salient physical, functional, and performance characteristics specified in the PWS. Offer must include descriptive literature that reflects that the level of quality will satisfy the Government’s needs, contractor must confirm that system will provide minimum of two (2) hours of battery run time.5.1.3.3. Proof of standard commercial warranty coverage on all components to the UPS system.5.1.4. Past Experience:5.1.4.1. Offer must provide at least three (3) contracts/projects within the last four (4) years that show the capability to install and perform maintenance/sustainment for a UPS system equivalent to the system being provided by providing the following: 5.1.4.1.1. Contract Number 5.1.4.1.2. Place and Period of Performance 5.1.4.1.3. Description of services 5.1.4.1.4. Contract/customer POC: name, phone number, and email **NOTE: Government/non-Government contracts within the previous four years are accepted that show offeror served as either primary contractor or subcontractor responsible for contract performance.**EVALUATION: ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021) Paragraph (a) is hereby replaced with the following: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest total price; therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest total price of offerors meeting or exceeding the acceptability standards for non-price factors. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers: 1. Price: 1.1. Government will rank offers received by lowest total price and will then determine Technical Acceptability of each offer. If the Government receives three (3) offers or fewer, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest total priced offers to evaluate for Technical Acceptability. If any of the three lowest total priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government’s best interest.1.2. Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. To be eligible for award an offeror’s total price must be determined fair and reasonable.1.3. FAR 52.217-8, Option to Extend Services, has been included. In order to evaluate the price for this extension, we will use half o the price of the final option year. The TEP for this contract will include the base year, all four option years, and the six-month extension.1.4. Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.2. Non-price Factor/Technical Evaluation: 2.1. Technical Criteria:2.1.1. The Government shall evaluate technical criteria provided IAW 5.1.3. Technical criteria will receive a rating of acceptable or unacceptable. If all required technical criteria is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.2.2. Past Experience:2.2.1. The Government shall evaluate past experience provided IAW 5.1.4. Past experience will receive a rating of acceptable or unacceptable. If all required past experience is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.(End of Provision)

FE Warren AFB ,
 WY  82005  USALocation

Place Of Performance : N/A

Country : United StatesState : WyomingCity : Cheyenne

Office Address : ADMIN ONLY NO REQTN CP 307 773 3888 7505 BARNES LOOP BLDG 208 FE WARREN AFB , WY 82005-2860 USA

Country : United StatesState : WyomingCity : Warren Air Force Base

You may also like

MAINTENANCE SERVICES FOR BEP'S UNINTERRUPTIBLE POWER SYSTEM (UPS)

Due: 31 Aug, 2025 (in 16 months)Agency: BUREAU OF ENGRAVING AND PRINTING

QITC UNINTERRUPTIBLE POWER SUPPLY (UPS) AND BATTERY MAINTENANCE

Due: 22 Mar, 2026 (in 23 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

UNINTERRUPTABLE POWER SUPPLY (UPS) MAINTENANCE

Due: 31 Oct, 2024 (in 6 months)Agency: FEDERAL EMERGENCY MANAGEMENT AGENCY

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 811210Electronic and Precision Equipment Repair and Maintenance
pscCode J061Maintenance, Repair and Rebuilding of Equipment: Electric Wire, and Power and Distribution Equipment