Federal Bid

Last Updated on 09 Oct 2014 at 12 PM
Combined Synopsis/Solicitation
Sacramento California

Power Distribution Unit (PDU) and Uninterrupted Power Supply (UPS) Maintenance Support

Solicitation ID FA8604-14-M-7103
Posted Date 16 May 2014 at 3 PM
Archive Date 09 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Sacramento California United states

DESCRIPTION: COMBINED SYNOPSIS/SOLICITATION    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions.

 

The solicitation document, FA8604-14-M-7103 is a Request for Quotes (RFQ) and incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-73.

 

The associated NAICS code is 811219.          
Small business size standard is:  $19,000,000 

 

This requirement is for the following brand name Liebert products:  

 "See attached Bill of Materials for requirement specifications"

 

Period of Performance is 30 September 2014 through 29 September 2015. 

 

Ship to: 1st Lt. Derek Worth, 83 NOS DET 3/DO, 2721 Sacramento Street, Building 271Wright-Patterson AFB, OH 45433,  FOB is Destination.

 

The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition

 

The provision at 52.212-2, Evaluation--Commercial Items, applies; the only evaluation factor being price.

 

52.212-3, Offeror Representations and Certifications - Commercial Items.  If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer.

(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website.

(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov . After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.]

If an offeror has not completed the annual representations and certificates electronically at the ORCA website, the offeror shall complete and submit only paragraphs 52.212-3 (c) through (o).

 

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

 

The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.  

 

All items must be TAA compliant in accordance with FAR.

 

DPAS rating is DO-C9.

 

Open Market pricing is required.

 

Award will be made to the lowest price, technically acceptable, responsive, responsible offeror.

 

Mrs. Jill Willingham-Allen has been appointed as Ombudsman. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. The Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or source selection process and does not diminish the authority of the contracting officer. Any questions or concerns about this solicitation should first directed to the buyer at the e-mail address or phone number listed, or you may contact the Ombudsman at [email protected].

 

Proposals are due by 3:00pm EST 23 May 2014. Proposals shall be sent via email to [email protected]. Any questions regarding this acquisition should be directed to Douglas Williams

(937) 656-7467 or by e-mail.

 

 

 

Addendum:  Bill of Materials (BOM), Brand Name Justification

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Dec 2018 at 8 PM
Tobyhanna Pennsylvania 07 Nov 2017 at 3 PM
Tobyhanna Pennsylvania 02 Nov 2017 at 11 AM
Wright patterson air force base Ohio 14 Jun 2017 at 6 PM
Location Unknown 18 May 2016 at 6 PM

Similar Opportunities

Tulsa Oklahoma 14 Jul 2025 at 2 PM
Keokuk Iowa 15 Jul 2025 at 3 PM
Fort wayne Indiana 11 Jul 2025 at 1 PM