Federal Bid

Last Updated on 26 Apr 2021 at 8 PM
Combined Synopsis/Solicitation
Claremore Oklahoma

ANNUAL PM AND SERVICE ON EATON 9155 15KV 1-PH 240V UPS

Solicitation ID 246-21-Q-0052
Posted Date 26 Apr 2021 at 8 PM
Archive Date 02 May 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ok City Area Indian Health Svc
Agency Department Of Health And Human Services
Location Claremore Oklahoma United states 74017

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ). RFQ# 246-21-Q-0052.  Submit only written quotes for a full preventative maintenance RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98.  This solicitation is a 100% Small Business set-aside. The associated NAICS code is 811219 with a small business size standard of $25 million.

This RFQ contains one (2) Line Items:

0001

Contractor to provide annual PM service 2000 EA 1.00 2,000.00 to Eaton 9155 15kV 1-Ph 240V UPS per manu

requirements

0002

Contractor to provide manu recommended 1500 EA 1.00 1,500.00 on-site maintenance service for Eaton 9155 15kV

1-Ph 240V UPS

PERIOD OF PERFORMANCE:

BASE        05/22/2021 – 05/21/2022

OPT YR 1 05/22/2022 – 05/21/2023

OPT YR 2 05/22/2023 – 05/21/2024

OPT YR 3 05/22/2024 – 05/21/2025

OPT YR 4 05/22/2025 – 05/21/2026

Vendor Requirements:

PLEASE SEE THE ATTACHED STATEMENT OF WORK AND PROVIDED RFQ TEMPLATE

Submit Quotes no later than: May 2, 2021 @ 4:30PM CST  to the Following Point of Contact: Randy Nevills  Phone: 918 342-6447  Email: [email protected]

Questions and Answers: Due by 04/29/2021 @ 4:30p.m. COB and will be posted by 04/30/2021 @ 2:30p.m. CST

Evaluation:  FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

(a) The Government will award a firm fixed price 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:

Lowest Price Technically Acceptable

- Offers shall be an authorized Sterrad representative or reseller.

Vendor shall only use Sterrad manufactured parts for maintenance and servicing.

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUMBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED.

This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.  Terms and conditions other than those stated will not be accepted.  The above pricing is all inclusive. 

PROVISIONS:  The following FAR provisions apply to this solicitation:

FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).

CLAUSES:  The following FAR clauses apply to this solicitation:

FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited):  FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;  52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;  FAR 52.225-1, Buy American Act--Supplies;  FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment.  The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil.

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. ([email protected]

Mail quotations to Claremore Indian Hospital, Attn: Randy Nevills, 101 S Moore Ave, Claremore, OK 74017

All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.  Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.  Failure to provide sufficient technical detail may result in rejection of your quote.

For additional information, please contact the Purchasing Agent, Randy Nevills, [email protected] or (918) 342-6447.

Bid Protests Not Available

Similar Past Bids

Newport Rhode island 30 Jun 2025 at 5 PM
Newport Rhode island 30 Jun 2025 at 5 PM
Newport Rhode island 23 Jun 2025 at 8 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Sault sainte marie Michigan 22 Jul 2025 at 6 PM
Rock island Illinois 17 Jul 2025 at 5 PM
New york New york 13 Nov 2028 at 3 PM
Aberdeen proving ground Maryland 22 Jul 2025 at 8 PM