90 MDG Uninterruptible Power Supply (UPS) System

Agency: DEPT OF DEFENSE
State: Wyoming
Type of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Posted: Jan 31, 2023
Due: Feb 2, 2023
Solicitation No: FA461323Q1006
Publication URL: To access bid details, please log in.
Follow
90 MDG Uninterruptible Power Supply (UPS) System
Active
Contract Opportunity
Notice ID
FA461323Q1006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFGSC
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Jan 31, 2023 01:28 pm MST
  • Original Published Date: Jan 09, 2023 02:53 pm MST
  • Updated Date Offers Due: Feb 02, 2023 10:00 am MST
  • Original Date Offers Due: Jan 26, 2023 10:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 17, 2023
  • Original Inactive Date: Feb 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6130 - CONVERTERS, ELECTRICAL, NONROTATING
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 2 - Q & A posted and updated PWS (Added 1.6 and corrected 1.4) as of 31 Jan 23.





Amendment 1 - Site Visit Date Change, Q&A Date Change, and RFQ Date Change (as of 17 Jan 23)





Combined Synopsis/Solicitation



Solicitation Number: FA461323Q1006



Purchase Description: 90 MDG UPS System



This is a Combined Synopsis/Solicitation Notice for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation/notice; responses/quotes are being requested, further written solicitation will not be issued. This solicitation will be posted to the SAM.gov web-site as a Total Small Business Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461323Q1006, as a Request for Quote using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 335999, with a small business size standard of 500 employees.



The Government intends to award a Firm Fixed-Price Commercial Award. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2023-01 effective 12/30/2022, Defense Federal Acquisition Regulation Supplement Change 12/30/2022 effective 12/30/2022 and Air Force Federal Acquisition Regulation Supplement Change 12/20/2022 effective 12/20/2022.



DESCRIPTION OF ITEMS/SERVICES: All CLINs F.O.B. Destination.



CLIN 0001: POWER SUPPLY SYSTEM (Brand name or equal requirement to the Eaton 9XPM UPS Blade Uninterruptible Power Supply) - SEE ATTACHMENT 3 - Sample Brand Name or Equal Requirement



Quantity: 1 Unit of Issue: EACH



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 0002: 3 YEAR EXTENDED WARRANTY



Quantity: 1 Unit of Issue: EACH



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





CLIN 0003: INSTALLATION AND SETUP



Quantity: 1 Unit of Issue: JOB



Unit Price: $_____________ Extended Price (Quantity X Unit Price): $________________





Provide detailed breakout of items being offered if differing to the brand name being requested.



DELIVERY DATE(S): Delivery 60 Days After Date of Order/Contract. If unable to meet the 60 day time frame please provide delivery date.



PLACE OF DELIVERY: F.E. Warren AFB, WY



ALL RFQ Questions must be emailed to budd.butcher@us.af.mil , trisha.lamarr@us.af.mil and kyra.blystone@us.af.mil received no later than 10:00 AM Mountain Time (MT) on Friday, 27 Jan 2023.



Responses/quotes MUST be received no later than Thursday, 2 Feb 2023; 10:00 AM (Mountain Time). Forward responses by e-mail to budd.butcher@us.af.mil, trisha.lamarr@us.af.mil and kyra.blystone@us.af.mil.



The anticipated acquisition schedule is as follows:




  1. Requests for site visit must be received via email by 10:00 AM MT on Monday, 23 Jan 2023.

  2. Site Visit scheduled for 07:30 AM MT on Wednesday, 25 Jan 2023, details attached (Attachment 4); subject to change.

  3. Questions due by 10:00 AM MT on Friday, 27 Jan 2023.

  4. RFQ Due: No later than 10:00 AM MT on Thursday, 2 Feb 2023.

  5. Estimated Contract Award: Thursday, 16 Feb 2023.

  6. Receipt of Parts and Installation to be completed within 60 days after Contract Award. If unable to mee the 60 day time frame please provide delivery date.



This RFQ is not authorization to begin performance and in no way obligates the Government for any costs incurred by the contractor for this requirement. The Government reserves the right not to award a contract in response to this RFQ. Prior to commencement of any activities associated with performance of this requirement, the Government will issue a written directive or contractual document signed by the Contracting Officer with appropriate consideration established.



Per FAR Subpart 4.1102, offerors are required to be registered in System for Award Management (SAM) at the time an offer is submitted. Failure to do so will result in the offer being deemed ineligible for award.



APPLICABLE FAR CLAUSES:



All applicable Provision/Clauses can be found in the attached document. The following are instructions and evaluation factors pulled from the Provision/Clauses document specific to this combined synopsis solicitation for easier viewing for the vendor.



FAR 52.212-1 (ADDENDUM) ADDITIONAL INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS



FAR 52.212-1 is hereby tailored as follows:





(1) Any inconsistency between FAR Provision 52.212-1 and the Addendum to FAR 52.212-1 shall be solved by giving precedence to the Addendum to FAR 52.212-1.



(2) After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.



(3) The term “offeror” or “offer” as used in FAR 52.212-1 shall be understood to mean “quoter” and “quote,” respectively. Further, the term “award” shall be understood to describe the Government’s issuance of an order.



(4) The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable.



(5) Paragraph (b) of FAR Provision 52.212-1, Submission of Offers, is amended as follows:



(n) In addition to the quote submission requirements stated in FAR provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:



(1) Price quote which identifies the requested item(s), unit price inclusive of shipping (if any), and extended price.



(2) Total Firm Fixed price



(3) Any Discount Terms



(4) Estimated time of delivery



(5) Technical Submission Requirements



(i.) For Parts/Supply buy, the quote shall contain a description including part number and title for each item listed in the solicitation to allow the Government to verify that the quoted parts match the requirements listed in the requirements schedule.



(6) Cage Code



(7) Company Name, Physical Address, Point of Contact, phone number and email address.



(8) Product Brochure



FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014)



FAR 52.212-2 is hereby tailored as follows:



(a) 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. The following factors shall be used to evaluate offers:



(i) Technical capability of the item offered: meets brand name or equal to the Government requirement/specifications as identified in the Statement of Work (SOW).



(ii) Price: Award will be made to the lowest priced technically acceptable. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.



(iii) The Government will evaluate quotes in accordance with the following evaluation criteria. The Government will evaluate quotes for acceptability but will not rank the quotes by the non-price factors. If the Government receives fewer than three (3) initial quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) initial quotes, the Government will only select the three (3) lowest priced quotes and then evaluate them for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is the Government’s best interest to do so.



(b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(End of Provision)





52.211-6 Brand Name or Equal.



As prescribed in 11.107(a), insert the following provision:



Brand Name or Equal (Aug 1999)



(a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation.



(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-



(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation.



(2) Clearly identify the item by-



(i) Brand name, if any; and



(ii) Make or model number.



(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and



(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.



(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.



(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.



(End of provision)



Attachments:



Attachment 1 - Additional Applicable Provisions and Clauses



Attachment 2 - SOW dated 5 Jan 23



Attachment 3 - Sample Brand Name or Equal Requirement



Attachment 4 - 90 MDG UPS Site Visit


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 307 773 3888 7505 BARNES LOOP BLDG 208
  • FE WARREN AFB , WY 82005-2860
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Jan 9, 2023[Combined Synopsis/Solicitation (Original)] 90 MDG Uninterruptible Power Supply (UPS) System
Jan 17, 2023[Combined Synopsis/Solicitation (Updated)] 90 MDG Uninterruptible Power Supply (UPS) System
Feb 8, 2023[Combined Synopsis/Solicitation (Updated)] 90 MDG Uninterruptible Power Supply (UPS) System
Mar 8, 2023[Combined Synopsis/Solicitation (Updated)] 90 MDG Uninterruptible Power Supply (UPS) System
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Bid Number: 2024 - 03 Bid Title: Request for Proposal - SCADA Design

City of Rawlins

Bid Due: 5/16/2024

Follow B--WELCH RANCH GEOPHYSICAL SURVEY Active Contract Opportunity Notice ID 140L6224Q0010 Related Notice

INTERIOR, DEPARTMENT OF THE

Bid Due: 4/22/2024

Post Date Quest Number Category Code Bid/Request Name Bid Closing Date City County

State of Wyoming - Department of Transportation

Bid Due: 5/09/2024

Bid Information Type Invitation To Bid Status Issued Number 24-048 (District Wide Septic

Campbell County School District

Bid Due: 4/19/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.