Schneider-Electric American Power Conversion Power Supply System Components
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional informati... This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Request for Quote (RFQ) number is N66604-19-Q-2189. The Naval Undersea Warfare Center, Division Newport (NUWCDIVNPT) intends to award a firm fixed price purchase order for the following brand name only Schneider-Electric American Power Conversion Uninterruptable Power Supply System Replacement: (Symmetra LX, 16KVA). Brand name only items; no substitutions in accordance with the redacted attachment: "Attachment #1_Brand Name Justification" : CLIN Brand Part # Description Qty. 0001 WSRV-QDRI89259-00 PRODUCT SYMMETRA LX 16KW RM 5X8 DECOMMISSION DISASSEMBLY UNIT INCLUDING INSTALLATION OF NEW UNIT AND REMOVAL AND DISPOSAL OF OLD UNIT 1 0002 WBEXTWAR3YR-SP-08 Service Pack 3 Year Warranty Extension (for new product purchases) - Symmetra LX 1 0003 WBEXTWAR3YR-SP-06 Service Pack 3 Year Warranty Extension (for new product purchases) - Extended Run Unit 1 0004 SYARMXR9B9 APC Symmetra LX Extended Run Rack-mount w/ 9 SYBT5, 208V 1 0005 WASSEMUPS-3R-SY-00 Scheduled 5X8 Assembly and Power-Up Service 2 0006 SYA16K16RMP APC Symmetra LX 16kVA Scalable to 16kVA N+1 Rack-mount, 208/240V 1 0007 N/A Shipping, if applicable, F.O.B. Destination to Newport, RI 02841 1 The items shall be delivered no later than thirty (30) days from the date of award of the purchase order or sooner. The North American Industry Classification System (NAICS) Code for this acquisition is 335311. The Small Business Size Standard is 750 employees. This procurement is being competed as a 100% Small Business set-aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The Vendor shall identify in their quote the estimated time for installation of the new unit and removal and disposal of the old unit onsite at NUWCDIVNPT. In order for the awardee to gain access to NUWCDIVNPT, please refer to the following link: http://www.navsea.navy.mil/Home/Warfare-Centers/NUWC-Newport/Contact-Us/Mandatory-Visit-Request/ . This is for informational purposes only, no access will be provided prior to award or to other than the awardee. In order to be considered for award, the vendor must be a certified Schneider-Electric partner/reseller. All vendors are required to submit documentation with their quote that identifies the certification. The vendor shall warrant that all products are new and in the original Schneider-Electric packaging. The vendor confirms to have sourced all Schneider-Electric products provided under this contract directly from Schneider-Electric or through Schneider-Electric authorized channels only, in accordance with all applicable laws and Schneider-Electric current applicable policies at the time of purchase. The vendor shall provide required End User (Government) information to Schneider-Electric so that warranty and service contract information can transfer to the appropriate party. If the vendor does not deliver 1st tier Schneider-Electric products, the Government has the right to terminate for cause with the vendor liable to the Government for any and all rights and remedies provided by the law including excess re-procurement costs. The Government intends to award a single FFP purchase order to the eligible, responsible offeror whose offer represents the lowest price technically acceptable quote. In order to be determined technically acceptable: (1) the offeror must quote the required brand name only items, in their required quantities; and (2) the Government will consider past performance information in accordance with DFARS Provision 252.213-7000 where negative information within Supplier Performance Risk System (SPRS) may render a quote being deemed technically unacceptable. Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. The provision at FAR 52.212-1 Instructions to Offerors--Commercial Items applies to this solicitation. The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this solicitation. The provision at FAR 52.212-3 (ALT 1), Offeror Representations and Certifications--Commercial Items applies to this solicitation. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this solicitation. The provision at DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls applies to this solicitation. Clause 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information and Clause 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, apply to this solicitation. Full text of incorporated FAR/DFARS clauses and provisions may be accessed electronically at https://acquisiition.gov/far/. See also Attachment #2_Applicable NUWCDIVNPT Text. The following addenda or additional terms and conditions apply: Defense Priorities and Allocations System (DPAS) rating is DO-C9. In accordance with DFARS Clause 252.211-7003, the contractor shall provide a unique item identifier (UID) for all delivered items for which the Government's unit acquisition cost is $5,000.00 or more. If UID applies payment will be via Wide Area Workflow. If UID does not apply then the Government's preferred payment method is via credit card. IF THE VENDOR CANNOT ACCEPT CREDIT CARD, THIS INFORMATION MUST BE CLEARLEY CONVEYED IN THE QUOTE. An exception to Section 508 contract requirements is applicable because the item or service is located in spaces frequented only by service personnel for maintenance, repair, or occasional monitoring of equipment (back office) (FAR 39.204(d)). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Vendors shall include price, delivery terms, all information required per the above, and the following additional information with submissions: point of contact (including phone number and e-mail address), contractor CAGE Code, and contractor DUNS. Quotes must be submitted via email to zachary.augustine@navy.mil. Quotes must be received on or before 2:00 p.m. EST on 15 July 2019. Quotes received after this date are late and may not be considered for award. For questions pertaining to this acquisition, please contact Zachary Augustine by email: zachary.augustine@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »