Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:2119909PWS402
Please refer to the attached statement of work file to perform a power analysis of our Data Center located at USCG Finance Center, 1430A Kristina Way, Chesapeake, VA 23326. This is a combined synopsis...
Please refer to the attached statement of work file to perform a power analysis of our Data Center located at USCG Finance Center, 1430A Kristina Way, Chesapeake, VA 23326. This is a combined synopsis/solicitation for services as supplemented with additional information included in this notice. This requirement is being solicited as 100% Set-Aside for Small Business. The United States Coast Guard (USCG) Finance Center intends to award the contract for audio equipment maintenance. This announcement constitutes the only solicitation. Quotations are being requested under number 2119909PWS402. The small business size standard is $15M. See attached for the specific performance specifications. Services shall be performed at USCG Finance Center, 1430A KRISTINA WAY, CHESAPEAKE, VA 23326. This resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items. The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Price, (2) Estimated time required to complete work, (3) Past Performance. Evaluation factors (2) thru (3) combined are equal to (1). The contract award will be offered to the best value offer made to the Government, considering price, qualified technician, Warranty, Estimated time required to complete work, Past Performance, existing wiring, Security Clearance and Maintenance Availability Evaluate. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at http://www.acquisition.gov/far. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the System Award Management (SAM) per FAR-7, System Award Management. Offerors who are not registered with SAM may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, past performances information, completed FAR 52.212-3, and Offerors name, address, point of contact name, phone number, email address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three references within the last five (5) years. Provide Company's name, point of contact, telephone number, fax number and email address. This information must be current. FAR 52.212.-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Term and Conditions required to implement Statutes or Executive Orders-Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.223-6 and 52.247-34. Additional FAR Clauses applicable to this requirement: 52.203-6 (Alt 1), 52.222-19, 52.229-3, 52.232-8, 52.246-2, 52.246-4 and 52.246-16. All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.acquisition.gov/far. No Numbered Notes are included in the solicitation. The Contractor is to furnish all supervision, labor, and materials to trace the critical and emergency power electrical system infrastructure from the utility feed to the main panels through the UPSs, PDUs, down to the equipment racks and determine existing load of the critical and emergency power electrical system. PLEASE SUBMIT QUOTES IAW ATTACHED STATEMENT OF WORK.