Federal Bid

Last Updated on 17 Sep 2010 at 8 AM
Combined Synopsis/Solicitation
Wyoming

Eaton Powerware UPS, B17 Battery Cabinet and IAC-SB3 Sidecar 80kva capacity

Solicitation ID F2K3AP0201AC01
Posted Date 30 Aug 2010 at 2 PM
Archive Date 17 Sep 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa9401 377 Msg Pk
Agency Department Of Defense
Location Wyoming United states 20604

This listing is posted as AFNWC/PKOA formerly known as 377 CONS/LGCA.

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; proposals are being requested and a written solicitation will not be issued. This requirement is a Small Business Set-Aside. The NAICS Code for this synopsis/solicitation is 335311, Size Standard is 750 employees.

Solicitation/Purchase Request number F2K3AP0201AC01 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010. The Government intends to award three contract line item number (CLIN) as follows:

Contractor will furnish all labor, tools, parts, materials, facilities, and transportation necessary to provide services listed below: The Following products are Eaton products and part numbers.

Clin 0001: Powerware UPS model #9390-80/40, 40kva/36kw, 480vacinput/output. Expandable to 80kva. Dimensions:27.6"W x 31.6"D x 73.7"H Weight: 730lbs.

Clin 0002: B17 Battery Cabinet requires (1) cabinet, to provide: 16 minutes @ 40kva/36kw output load (Part#TS0403B17111100). Dimensions: 22.5"W x 31.3"D x 73.7"H Weight: 2435lbs.

Clin 0003: IAC-SB3 Sidecar 80kva capacity. 3-Breaker Bypass UPS sidecar. Attached to UPS module added weight is included in UPS module weight.

DESIRED DELIVERY DATE: 30 Days ARO FOB: DESTINATION. Inspection and acceptance: DESTINATION.
The following provisions and clauses apply to this procurement: FAR 52.204-7 Central Contract Registration; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52-212-3 Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52-222-36, 52.225-13, 52.232-33; FAR 52.219-1 Small Business Program Representation, FAR 52.219-1 Alternate I; FAR 52.252-1 Solicitation Provisions Incoporated by Reference; FAR 52.252-2 Clauses incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/; DFARs 252.204-7004 Alternate A Central Contract Registration; DFARs 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. [in paragraph(s) (a) and (b) the following clause(s) apply 252.203-7000, 252.225-7001, 252.225-7036, 252.225-7036 Alt I, 252.232-7003, 252.247-7023, 252.247.7023 Alt III, DFARs 252.204-7003 Control of Government Personnel Work Product; DFARs 252.225-7002 Qualifying Country Sources as Subcontractors; DFARs 252.232-7003 Electronic Submission of Payment Request; DFARs 252.232-7010 Levies on Contract Payments; DFARs 252.211-7003 ALTERNATE I (AUG 2008) Item Identification and Valuation; AFFARS 5352.201-9101 Ombudsman

QUOTES SHALL INCLUDE: (1) Offer to include unit and total price, (2) Cage Code and DUNS Number, (3) TAX ID Number, and (4) acknowledgment of any amendments/modifications that may be issued. When submitting your response, include all expenses in your total quote.

QUESTIONS: All questions concerning this RFQ shall be submitted in writing and e-mailed to the contract administrator listed. All answers will be provided via an amendment to the solicitation. The point of contact for this requirement is Mr. Rene Perez, Contract Administrator, at (505) 846-8140, [email protected]

All offers are due no later than 2 September 2010 (Mountain Standard Time) at 1100am. Offers may be mailed to AFNWC/PKOA, ATTN: Mr. Rene Perez, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-18, Kirtland AFB NM 87117-5606, or (Preferred) emailed to [email protected] , or faxed to (505) 846-4262 ATTN: Mr. Rene Perez.

ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.

All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment.

 

 

 

 

Bid Protests Not Available

Similar Past Bids

Albuquerque New mexico 23 May 2007 at 4 AM
Bethesda Maryland 01 Jul 2022 at 2 PM
Frederick Maryland 30 Jun 2010 at 3 PM
Riverside California 13 Aug 2008 at 8 PM
Panama city beach Florida 17 Aug 2012 at 9 PM

Similar Opportunities