Preventative Maintenance and Emergnecy Repair of Uninterruptible Power Supply Systems
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 and PART 13, AS SUPPLEMENTED WITH ADDITIONAL I... THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 and PART 13, 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 synopsis/solicitation number is 1305M219QNCNS01125 and is being issued as a Request for Quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2019-02. The National Oceanic Atmospheric Administration (NOAA), Hollings Marine Laboratory has a requirement for preventative maintenance/emergency repair of the buildings four Uninterruptible Power Supply (UPS) systems and associated equipment located at the Hollings Marine Laboratory on a full service full coverage basis including unlimited 24/7 emergency service. The Period of Performance for the base year is September 26, 2019 - September 25, 2020 and includes four consecutive option years. Total Contract Period of Performance if all Options are exercised is September 26, 2019 - September 25, 2024. The RFQ is being issued 100% Small Business Set Aside. The associated NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a business size standard of $7.5 Million. The Government will award a firm fixed price contract based on best value considering, technical understanding/capability, past performance, and price. Technical understanding/capability and past performance when combined are more important than price 1. Technical Understanding/Capability - The government will evaluate the offeror's ability of providing all requirements in the Statement of Work (SOW). Shall not exceed 7 pages in length. 2. Past Performance - The Government will evaluate an offeror's past performance based on any of the following: 1.) The Contracting Officer's knowledge of and/or previous experience with the offeror; 2.) Government Official Past performance reports; and/or 3.) any other source. The offeror's past performance will be evaluated based on the degree to which current and previous contract efforts indicate the probability of the offeror successfully accomplishing the requirement of the Statement of Work. The offeror shall provide no more than three past performance references for contracts performed in the last three years that are relevant to this requirement in terms of scope and complexity. The offeror shall include the following: client name, address, telephone number, and email address, description of work provided, contract period of performance, and dollar value and shall not exceed 5 pages total. The Offeror shall identify any contracts which have been terminated for default or cause in the last three years. You may explain the circumstances relating to the termination. 3. Price - The Government will evaluate price for reasonableness. Offerors are required to provide a unit price for all items. A zero dollar figure (tiny_mce_marker.00) unit price means the Offeror will provide the service or supply at no charge to the Government. Unit price left blank or annotated with something other than a dollar figure will be considered unacceptable and the Government has discretion whether to reject the offer without any further consideration. 4. "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Please see the attached Schedule/Requirement and Statement of Work (SOW) for full details. Additionally, each offeror must provide the following information with the quote: 1. The Request for Quote (RFQ) number; 2. The Name, Address, Telephone Number, and DUNS Number of the Offeror; 3. Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the RFQ. Quotes that reject the terms and conditions of the RFQ may be excluded from consideration; 4. Acknowledgment of Solicitation Amendments (SF-30), if any, and; 5. A completed copy of the representations at FAR 52.209-11 and representations and certifications at FAR 52.212-3, if applicable. 6. Provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. This must be in a separate document from all pricing information. Vendors are highly encouraged to schedule a site visit at Hollings Marine Laboratory to view the UPS Systems and equipment associated with the contract. Site Visits may be scheduled by calling/emailing Martin Burnett at 843-460-9929 - martin.burnett@noaa.gov All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 4:00 P.M. Eastern on August 15, 2019. Quotes must be submitted electronically via e-mail to Wendy.Culbreth@noaa.gov All questions must be submitted in writing to Wendy.Culbreth@noaa.gov by 11:00 A.M. Eastern on August 9, 2019. Telephone inquiries will not be honored. The anticipated award date is on or about August 30, 2019. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »