Federal Bid

Last Updated on 19 Sep 2020 at 11 AM
Combined Synopsis/Solicitation
New york New york

Eaton Battery Replacement

Solicitation ID FA875120Q0436
Posted Date 19 Sep 2020 at 11 AM
Archive Date 07 Oct 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8751 Afrl Riko
Agency Department Of Defense
Location New york New york United states

*** UPDATE 19 SEPTEMBER 2020 - PLEASE NOTE - THE GOVERNMENT HAS DONE MARKET RESEARCH AND DETERMINED THAT THE INFORMATION ON THE ATTACHED BRAND NAME JUSTIFICATION AND APPROVAL IS ACCURATE FOR THIS REQUIREMENT.  ANY INTERESTED PARTY THAT CAN MEET THE REQUIREMENTS SET FORTH IS WELCOME TO SUBMIT AN OFFER.   ANY PARTY QUESTIONING THE LEGITIMACY OF THE INFORMATION CONTAINED THEREIN IS WELCOME TO CHALLENGE IT THROUGH OFFICIAL CHANNELS. ***

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.  Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. 

Solicitation FA8751-20-0436 is issued as a “request for quotation (RFQ).”

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2020605.

See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.

This procurement is being issued as Unrestricted under NAICS code 221122 with 1000 employees.

The contractor shall provide the service as described below on a firm fixed price BRAND NAME ONLY (Attachment #1)  basis including the cost of shipping FOB Destination.

ITEM:  Eaton Powerware, UPS Model: 9390-160, Serial Number:  ED512CBB13, Battery Model: PWHR12540W4FR, QTY-40

ITEM:  Eaton Powerware, UPS Model: 9390-160, Serial Number:  EB161CBA07 Battery Model: PWHR12540W4FR, QTY-40

Must include the following:

New Eaton approved batteries for maximum backup time & reliability

• Freight pre-paid and allowed to the Government’s loading dock*

• Removal and EPA approved disposal of old lead batteries

• Installation of new batteries by Eaton technicians (Trained & Employed by Eaton)

• Labor and travel 5x8 (Mon thru Friday 8 to 5). After Hours available.

• (3) Three Year Parts and 3 Year Labor Manufacturer’s warranty applies.

Delivery shall be within 1-2 weeks ARO.

In order to be considered for award the contractor must submit, with their quote, proof of certification for all OEM installers/technicians who must meet all OEM standards.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.

DELIVERY

All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination.   The place of delivery, acceptance and FOB destination point is Rome, NY 13441.

CONTRACT ADMINISTRATION DATA

Note that the clause at 252.232-7003 is included in this solicitation.  DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.  All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures.  The DoD preferred electronic form for transmission is Wide Area Workflow – Receipt and Acceptance (see website – https://piee.eb.mil/).  Wide Area Workflow Training may be accessed online at https://piee.eb.mil/) Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause.

TERMS AND CONDITIONS

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. 

52.219-28, Post Award Small Business Program Re-representation

52.222-3, Convict Labor

52.222-19, Child Labor—Cooperation with Authorities and Remedies

52.222-21, Prohibition of Segregated Facilities

52.222-26, Equal Opportunity

52.222-36, Equal Opportunity for Workers With Disabilities

52.222-50, Combating Trafficking in Persons

52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving

52.225-13, Restrictions on Certain Foreign Purchases

52.232-33, Payment By Electronic Funds Transfer—System For Award Management

The following additional FAR and FAR Supplements clauses also apply:

52.204-16, Commercial and Government Entity Code Reporting

52.204-18, Commercial and Government Entity Code Maintenance

52.204-21, Basic Safeguarding of Covered Contractor Information Systems

52.204-22, Alternative Line Item Proposal

52.228-5, Insurance-Work on a Government Installation

52.232-40, Providing Accelerated Payments to Small Business Subcontractors

52.237-2, Protection of Government Buildings, Equipment, and Vegetation

52.247-34, FOB Destination

252.203-7000, Requirements Relating to Compensation of Former DoD Officials

252.203-7002 Requirement to Inform Employees of Whistleblower Rights.

252.203-7005, Representation Relating to Compensation of Former DoD Officials

252.204-7003 Control of Government Personnel Work Product

252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support

252.211-7003, Item Identification and Valuation  

Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description:  ‘N/A’

Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item Description:  ‘N/A’

Para (c)(1)(iii).  Attachment Nr.: ‘N/A’

Para. (c)(1)(iv). Attachment Nr.: ‘N/A’

Para. (f)(2)(iii). ‘N/A’

252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations

252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.

252.223-7008, Prohibition of Hexavalent Chromium

252.225-7048 Export-Controlled Items

252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems  (DEVIATION 2020-O0015)

252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems – Representation (DEVIATION 2020-O0015)

252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Class Deviation 2020-O0005)

252.227-7015, Technical Data--Commercial Items

252.227-7037, Validation of Restrictive Markings on Technical Data

252.232-7003, Electronic Submission of Payment Requests and Receiving Reports

252.232-7006, Wide Area Workflow Payment Instructions

252.232-7010, Levies on Contract Payments

252.232-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration

252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel

252.239-7010, Cloud Computing Services

252.243-7001 Pricing of Contract Modifications

252.244-7000, Subcontracts for Commercial Items

252.246-7008, Source of Electronic Parts

252.247-7023, Transportation of Supplies by Sea

5352.223-9001, Health and Safety on Government Installations

5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)

(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.

(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver s license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass.

(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.

 (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with  with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program.

(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.

(f) Failure to comply with these requirements may result in withholding of final payment.

 (End of clause)

5352.201-9101, Ombudsman is hereby incorporated into this solicitation.  The Ombudsman for this acquisition is

Mr. Steven L. Ewers,

1864 Fourth Street,

Wright-Patterson AFB OH 45433-7130,

COMM (937) 904-4407, email: [email protected]

REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS

     (a)  Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens.  For the purpose of base and network access, possession of a permanent resident card (“Green Card”) does not equate to U.S. citizenship.  This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments.  Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access.  The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC).

     (b)  For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor’s application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system.  If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver. 

Any additional access restrictions established by the IT network/system owner apply.

Requirement specific guidance is provided for the following clause:

In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code.

REPRESENTATIONS AND CERTIFICATIONS

Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2020)

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

252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

252.225-7020, Trade Agreements Certificate - Basic

252.239-7009, Representation of Use of Cloud Computing

For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2) 

INSTRUCTIONS

Addenda to the following paragraphs of 52.212-1 are:

(b) Written quotes are due at or before 1PM, (Eastern Time) 22 September 2020,  Submit by email to [email protected]. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items.

(b)(4)  Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered.    

(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received.

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:

(i) technical capability of the item offered to meet the Government requirement

(ii) price

All evaluation factors, when combined, are of equal importance. 

EVALUATION

The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:

(i) technical capability of the item offered to meet the Government requirement

(ii) price

When combined, all factors are approximately equal. The Government anticipates that award will be made to the lowest priced, technically acceptable offeror.

Note that the clause at 252.211-7003 is included in this solicitation.  Agency specific guidance is provided below:

For proposed Line Item Numbers with a unit price ≥ $5,000, Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.

UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.

(A)LABEL:

If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.

If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.

Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.

The Defense Priorities and Allocations System (DPAS) rating DO-C9 has been assigned to this effort.

All responsible organizations may submit a quote, which shall be considered.

Bid Protests Not Available

Similar Past Bids

New york New york 15 Sep 2020 at 4 PM
Media Pennsylvania 26 Sep 2013 at 4 PM
New york Not Specified
Wright patterson air force base Ohio 10 Aug 2020 at 2 PM
Massachusetts 27 Jul 2021 at 10 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 30 Sep 2027 at 4 AM (estimated)
New york New york 13 Nov 2025 at 8 PM