Rectifier and Battery Equipment Replacement and Testing
1. The Mission and Installation Contracting Command (MICC) - Fort Bragg intends to solicit and award a single firm-fixed priced contract for the replacement of power generation equipment in BLDG P2441... 1. The Mission and Installation Contracting Command (MICC) - Fort Bragg intends to solicit and award a single firm-fixed priced contract for the replacement of power generation equipment in BLDG P2441 at Fort Bragg, NC. 2. General Information Notice Type: Request for Quote Solicitation Number: W91247-19-R-9017 Title: Rectifier and Battery Equipment Replacement and Testing Solicitation Response Date: 26 April 2019 no later than 9:00 AM EST Set Aside: Total Small Business Set-Aside NAICS Code: 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing Point of Contract: CPT Burton McCarthy, burton.e.mccarthy.mil@mail.mil, 910-907-5116 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in far subpart 12.6, as supplemented with additional information included in this notice, and in accordance with the simplified acquisition procedures authorized in far part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The request for quotation (RFQ) number is W91247-19-R-9017. 4. This is being issued as a Request for Quotation (RFQ) with solicitation number W91247-19-R-9017. 5. The North American Industry Classification System (NAICS) code is 335999 ("All Other Miscellaneous Electrical Equipment and Component Manufacturing"), and the business size standard is 500 employees. 5. The North American Industry Classification System (NAICS) code is 335999 ("All Other Miscellaneous Electrical Equipment and Component Manufacturing"), and the business size standard is 500 employees. 6. The contractor shall provide the below listed items to include all personnel, equipment, tools, materials, supervision, licenses, quality control, and other items and services necessary to complete this contract in accordance with the attached performance work statement. The following table contains the description of requirements for the Contract Line Item Numbers (CLIN) items to be acquired. CLIN Description Quantity Unit Price Total Price1. The Mission and Installation Contracting Command (MICC) - Fort Bragg intends to solicit and award a single firm-fixed priced contract for the replacement of UPS equipment in BLDG P2441 at Fort Bragg, NC. 0001 24 Cell Strings Batteries (2 Each) FFP The Contractor shall provide and install (48) new 95 amps @ 54VDC batteries compatable to the powerboards and grouped in 24 batteries stacks. Contractor shall install new temperature sensing units for each battery cell. Existing batteries will be removed and disposed of by the contractor per NEC guidance located at building P-2441 on Fort Bragg, NC. 0002 Powerboard (4 Each) FFP The Contractor shall provide and install a new Vertiv NetSure 7100 powerboard, or equivalent equipped with adequate rectifier boards to replace the old (7) - 50amp units located at BLDG P2441 on Fort Bragg, NC. The existing power cabling and pathways shall be utilized to the greatest extent possible. 0003 Power Plant Rack (1 Each) FFP Contractor shall remove and replace existing power rack if deemed necessary by the contractor after inspection at BLDG P2441 on Fort Bragg, NC. 0004 DC Power Cables and Pathways (1 Job) FFP Contractor shall remove and replace existing DC power cables and pathways if deemed necessary by the contractor after inspection at BLDG P2441 on Fort Bragg, NC. 0005 Full System Test (1 Job) FFP The Contractor shall provide a full system test to include: Setting float, HVD, LVD, wiring alarms on Power Board as well as equalization for at least 12 hours, voltage and temperature readings, then 24 hours after successfully charging batteries, new readings are to be taken.. It is not recommended by the manufacturer to perform a load test on newly installed batteries. 7. Delivery Information FOB: Destination Delivery and Installation Date: No more than 90 days after award. Delivery address: BLDG P2441, Fort Bragg, NC 28310 8. Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) and the addendum, applies to this acquisition. Addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2018) Request for Quotation (RFQ) shall contain the following information: RFQ NUMBER; NAME; ADDRESS;CAGE CODE; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), and the addendum, applies to this acquisition. Addendum to FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) 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, price and other factors considered. Award shall me made to the lowest priced, technically acceptable offeror. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. Quotes will be evaluated on price and offeror's ability to meet the delivery and specification requirements of this solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), Alternate I (Oct 2014), with their offer, or the offeror shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Vendors must be actively registered in the System for Award Management (SAM); the website is https://www.sam.gov/portal/public/SAM/. Contact SAM at US Calls: 866-606-8220, International Calls: 1-334-206-7828, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a Duns number; the website is http://fedgov.dnb.com/webform. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2018), applies to this acquisition; additional FAR clauses cited in the clause are: FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). The clause at FAR 52.211-6, Brand Name or Equal (Aug 1999), applies to this acquisition. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.211-17, Delivery of Excess Quantities (Sept 1989) FAR 52.219-1 Alt I Small Business Program Representations (Oct 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.225-18 Place of Manufacture (Mar 2015) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Oct 2015) FAR 52.233-1, Disputes (May 2014) FAR 52.243-1 Changes -- Fixed Price (Aug 1987) FAR 52.246-2 Inspection of Supplies -- Fixed-Price (Aug 1996) FAR 52.246-16 Responsibility for Supplies (Apr 1984) FAR 52.247-34, F.O.B. Destination (Nov 1991) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), (http://farsite.hill.af.mil/VFDFARA.HTM), (http://farsite.hill.af.mil/vfaffara.htm) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) (https://farsite.hill.af.mil), (http://farsite.hill.af.mil/VFDFARA.HTM), (http://farsite.hill.af.mil/vfaffara.htm) FAR 52.253-1 Computer Generated Forms (Jan 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alt A, System for Award Management Alternate A; (Feb 2014) DFARS 252.204-7006 Billing Instructions (Oct 2005) DFARS 252.204-7011, Alternative Line Item Structure (Oct 2016) DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (Dec 2012) DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (Nov 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.247-7023, Transportation of Supplies by Sea (Apr 2014) Offerors shall provide questions no later than 3:00 PM EST, 24 April 2019 and quotes no later than 9:00 AM EST, 26 April 2019 to CPT Burton McCarthy via email - burton.e.mccarthy.mil@mail.mil and if there are any questions, please contact him referencing RFQ-W91247-19-R-9017.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »