Federal Bid

Last Updated on 31 Aug 2021 at 9 PM
Combined Synopsis/Solicitation
Riverton Utah

UPS Battery Replacement and Symmetra Advantage Plan

Solicitation ID W911YP21R0037
Posted Date 31 Aug 2021 at 9 PM
Archive Date 08 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office W7n3 Uspfo Activity Ut Arng
Agency Department Of Defense
Location Riverton Utah United states 84065

This combined synopsis/solicitation and is being issued as brand name sole source and small business set-aside. The Northern America Industry Classification System Code (NAICS) is 811219 – Other Electronic and Precision Equipment Repair and Maintenance. The size standard is $22.0 million. This combined synopsis/solicitation shall be the only request for quote; an addition solicitation will not be published. The Government will not be liable for any cost associated with preparing and providing quote and retains the right to withdraw this notification at any time without notice The Utah Army National Guard has a requirement to purchase a UPS modular battery replace service, and a one year NBD 1P Advantage Plan for Symmetra. Only quotes for the items specified will be acceptable, and a justification and authorization is attached to this notice. The details of this procurement are as follows:

Schneider Electric item WADVPLN1P-SY-08, 1 Year NBD 1P Advantage Plan for Symmetra. Total quantity is 3 to cover assets 5D1907T77388, 5D190&T77427, and 5D1907T76895.

Schneider Electric item WADVPLN1P-SY-08, 1 Year NBD Advantage Plan for Symmetra. Total quantity is 1 to cover asset AD1908120055.

Schneider Electric item WMBRS4-MB-T4, Modular Battery Replacement Service 4 x SYBT4. Total quantity is 1 to cover asset PD1431150087.

Freight/shipping for Schneider Electric item WMBRS4-MB-T4.

Evaluations Factors: Award will be made on the basis of lowest price technically acceptable. Technical specifications will be evaluated and, if the specifications are determined to be acceptable, price will then be considered.  Technical considerations may include the quality of the product, warranties, and the expected delivery time and installation. The Government may elect to award to other than lowest price if the lowest price does not best meet technical specifications.

All firms or individuals responding must meet all standards required to conduct business with the Government, including registration with SAM and WAWF/iRAPT, and be in good standing with the Government. The System for Award Management (SAM) and Federal Awardee Performance and Integrity Information System (FAPISS) will be reviewed for responding vendors to determine if the vendor is in good standing. All qualified responses will be considered by the Government. Quotes must include CAGE/DUNS number, federal tax number and company's point of contact information.

Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than the indicated date and time. All submissions should be sent via email to: [email protected]. Facsimiles are not acceptable. Question regarding this requirement must be submitted via email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered.

In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov . Failure to provide SAM registration may result in your quote being disqualified from consideration.

The following provisions and clauses are applicable to this solicitation:

FAR 52.202-1 – Definitions

FAR 52.203-3 – Gratuities

FAR 52.204-7 – Central Contractor Registration

FAR 52.204-24 – Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

FAR 52.204-26 – Covered Telecommunications Equipment or Services- Representation

FAR 52.209-6 – Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, Or Proposed for Debarement

FAR 52.212-1 - Instructions to Offerors

FAR 52.212-3 – O􀃍eror Representation and Certifications-Commercial Items

FAR 52.212-3 – Alternate 1

FAR 52.212-4 – Terms and Conditions – Commercial

FAR 52.212-5 – Dec-Statues/Exec Orders

FAR 52.217-5 – Evaluation of Options

FAR 52.217-8 – Option to Extend Services

FAR 52.217-9 – Option to Extend the Term of the Contract

FAR 52.219-1 (Alt I) – Small Business Program Representation

FAR 52.219-8 – Utilization of Small Business Concerns

FAR 52.219-14 – limitations on Subcontracting

FAR 52.219-28 – Post-Award Small Business Program Representations

FAR 52.222-3 – Convict Labor

FAR 52.222-21 – Prohibit Segregated Facilities

FAR 52.222.22 – Previous Contract and Compliance Reports

FAR 52.222-25 – Affirmative Action

FAR 52.222.26 – Equal Opportunity

FAR 52.222-36 – Affirmative Action for Workers with Disabilities

FAR 52.222-40 – Notification of Employees Rights Under the National Labor Relations Act

FAR 52.222-50 – Combating Trafficking in Persons

FAR 52.222-54 – Employment eligibility Verification

FAR 52.223-18 – Encouraging Contractor Policy to Bad Text Messaging While Driving

FAR 52.225-23 – Restrictions on Certain Foreign Purchases

FAR 52.225-25 – Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran – Representation and Certifications

FAR 52.232-1 – Payments

FAR 52.232.33 – Payment by Electronic Funds Transfer-Central Contractor Registration

FAR 52.233-1 – Disputes

FAR 52.233-2 – Service of Protest

FAR 52.233-3 – Protest After Award

FAR 52.233-4 – Applicale Law for Breach of Contract Claim

FAR 52.243-1 – Changes-Fixed Price

FAR 52.252-1 – Provisions Incorporated by Reference

FAR 52.252-2 – Clauses Incorporated by Reference

FAR 52.252-5 – Authorized Deviations in Provisions

FAR 52.252-6 – Authorized Deviation in Clauses

DFARS 252.203-7000 – Requirement Relating to Compensation of Former DoD Officials

DFARS 252.203-7002 – Requirements to Inform Employees of Whistleblower Rights

DFARS 252.204-7003 – Control of Government Personnel Work Product

DFARS 252.209-7995 – Representation by Corporations Regarding Unpaid Delinquent Tax Liability of Felony Conviction Under Any Federal Law

DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items

DFARS 252.212-7001 – Dev Terms and Conditions

DFARS 252.225-7001 – Buy America Act and Balance of Payments Program

DFARS 252.225-7002 – Qualifying Country as Subcontractors

DFARS 252.225-7012 – Preference for Certain Domestic Commodities

DFARS 252.232-7003 – Electronic Submission of Payment Requests

DFARS 252.232-7010 – Levies on Contract Payments

DFARS 252.237-7010 – Prohibition of Interrogation of Detainees by Contract personnel

DFARS 252.243-7001 – Pricing of Contract Modifications

DFARS 252.243-7002 – Request for Equitable Adjustment

FAR 52.252-2 – Clauses Incorporated by Reference. This contract incorporates one of more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting o􀃍icer will make full text available. Also, the full text of a clause may be accessed electronically at: HTTPS://www.acquisition.gov

Bid Protests Not Available