Uninterruptible Power Supply (UPS) System Install and Maintenance/Sustainment Service – WOSB Set-Aside

Agency:
State: Wyoming
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159694864167673
Posted Date: Mar 1, 2024
Due Date: Mar 7, 2024
Source: Members Only
Follow
Uninterruptible Power Supply (UPS) System Install and Maintenance/Sustainment Service – WOSB Set-Aside
Active
Contract Opportunity
Notice ID
FA461324Q1016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

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: Mar 01, 2024 02:51 pm MST
  • Original Published Date: Feb 07, 2024 03:35 pm MST
  • Updated Date Offers Due: Mar 07, 2024 10:00 am MST
  • Original Date Offers Due: Feb 29, 2024 10:00 am MST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 22, 2024
  • Original Inactive Date: Mar 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
  • Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    FE Warren AFB , WY 82005
    USA
Description View Changes

Amendment 2 - Added Attachment 1a - Line Drawings. Changed section 1.1.1. in Attachment 1 - Performance Work Statement. Added Attachment 7 - Questions and Answers. **Note: Salient characteristics for the "breaker" mentioned in question 13 of Attachment 7 - Questions and Answers will be posted as an amendment to the solicitation before the quotes due date.**



Amendment 1 - Changed technical evaluation criteria 5.1.3.1. from "current Wyoming Electrical Licence" to "current Electrical License from any U.S. State". Changed site visit date from 15 February 2024 to 22 February 2024. Changed questions due date from 20 February 2024 to 27 February 2024. Changed quotes due date from 29 February 2024 to 07 March 2024. Changed clause 52.212-5 in Attachment 5 - Provisions and Clauses.



Combined Synopsis/Solicitation

Solicitation Number: FA461324Q1016

Purchase Description: Uninterruptible Power Supply (UPS) System Install and Maintenance/Sustainment Service – WOSB Set-Aside



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 as a Women-Owned Small Business (WOSB) Set Aside.



The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461324Q1016, 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 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business standard of $34M.



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 Regulation (FAR) 2024-02 effective 22 January 2024, Defense Federal Acquisition Regulation Supplement (DFARS) Change 01/22/2024 effective 22 January 2024, and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) DAFAC 2023-0707 effective 07 July 2023.



DESCRIPTION OF SERVICE:

The contractor shall provide all personnel, management, tools, supplies, equipment, labor necessary, training, transportation to remove and dispose of the old Uninterruptible Power Supply (UPS) and install and provide maintenance/sustainment services to provide a new UPS system at F. E. Warren Air Force Base, Wyoming, in accordance with Attachment 1 – Performance Work Statement.



CLIN STRUCTURE:



CLIN 0001: UPS Equipment, Labor, Installation, and Additional Supplies

Quantity: 1

1 Unit of Issue: Job

Unit Price: $_____________

Extended Price (Quantity X Unit Price): $________________



CLIN 0002:

Base Year Maintenance and Sustainment (Estimated: 13 Mar 24 – 12 Mar 25)

Quantity: 12

1 Unit of Issue: Months

Unit Price: $_____________

Extended Price (Quantity X Unit Price): $________________



CLIN 1001:

Option Year 1 – Maintenance and Sustainment (Estimated: 13 Mar 25 – 12 Mar 26)

Quantity: 12

1 Unit of Issue: Months

Unit Price: $_____________

Extended Price (Quantity X Unit Price): $________________



CLIN 2001:

Option Year 2 – Maintenance and Sustainment (Estimated: 13 Mar 26 – 12 Mar 27)

Quantity: 12

1 Unit of Issue: Months

Unit Price: $_____________

Extended Price (Quantity X Unit Price): $________________



CLIN 3001:

Option Year 3 – Maintenance and Sustainment (Estimated: 13 Mar 27 – 12 Mar 28)

Quantity: 12

1 Unit of Issue: Months

Unit Price: $_____________

Extended Price (Quantity X Unit Price): $________________



CLIN 4001:

Option Year 4 – Maintenance and Sustainment (Estimated: 13 Mar 28 – 12 Mar 29)

Quantity: 12

1 Unit of Issue: Months

Unit Price: $_____________

Extended Price (Quantity X Unit Price): $________________

TOTAL PRICE: $_________________________



All CLINs F.O.B. Destination.



LIST OF ATTACHMENTS:

Attachment 1 – Performance Work Statement

Attachment 2 – Wage Determination

Attachment 3 – Site Visit Agenda

Attachment 4 – Offeror Quote Supplement Form

Attachment 5 – Provisions and Clauses

Attachment 6 – Supplemental Clauses



PERIOD OF PERFORMANCE:

• Period of performance is 100 calendar days after date of contract.

• Once contract is awarded, options can be exercised at the Government’s discretion.

• Any contractor concerns with the period of performance shall be submitted, prior to the quote due date, by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil and shall include the contractor’s proposed period of performance in days with the justification to support it.



PLACE OF PERFORMANCE: Francis E. Warren AFB, WY 82005



OTHER INFORMATION:

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



SITE VISIT:

A site visit will take place on Thursday 22 February 2024 and will begin at 0900 Mountain Standard Time (MST). Interested parties need to provide notice of interest by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil by Wednesday 21 February 2024, by 0900 MST. While encouraged, the site visit is not mandatory. Please refer to Attachment 3 – Site Visit Agenda for additional instructions.



QUESTIONS:

Questions shall be received no later than Tuesday 27 February 2024 at 1000 MST. Forward responses by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil.



QUOTES:

Responses/quotes MUST be received no later than Thursday 07 March 2024 at 1000 MST. Forward responses by e-mail to matthew.gauert.2@us.af.mil and trisha.lamarr@us.af.mil.





INSTRUCTIONS TO OFFERORS:

Offerors shall comply with FAR 52.212-1 Instructions to Offerors – Commercial Products and Commercial Services (Sep 2023)



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 will not 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:

5.1. 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:

5.1.1. Cover page or a completed copy of Attachment 4 – Offeror Quote Supplement Form to include the offeror’s:

5.1.1.1. Company Name and Company Doing Business As (if applicable)

5.1.1.2. Physical Address

5.1.1.3. Cage code and/or Unique Entity ID

5.1.1.4. Point of Contact

5.1.1.5. Phone number

5.1.1.6. Email address

5.1.1.7. Business Type

5.1.1.8. Statement that you company fully understands this solicitation and will meet all the requirements specified in the Performance Work Statement.

5.1.1.9. Offer must be no more than five (5) pages and may only include the vendor’s name and any identifier on the first page or the cover page of the offer.

5.1.1.10. Offer must include delivery date of the UPS System and completion date of the install.



5.1.2. Firm Fixed Pricing to include:

5.1.2.1. Price Per Unit and Total Per CLIN

5.1.2.2. Total Overall Price

5.1.2.3. Discount Terms (if applicable)

5.1.2.4. Quote Number (if applicable)

5.1.2.5. Quote Valid Until Date



5.1.3. Technical Criteria must include:

5.1.3.1. Current Electrical License from any U.S. State.

5.1.3.2. UPS system brand name, make, model, and components that meets the salient physical, functional, and performance characteristics specified in the PWS. Offer must include descriptive literature that reflects that the level of quality will satisfy the Government’s needs, contractor must confirm that system will provide minimum of two (2) hours of battery run time.

5.1.3.3. Proof of standard commercial warranty coverage on all components to the UPS system.



5.1.4. Past Experience:

5.1.4.1. Offer must provide at least three (3) contracts/projects within the last four (4) years that show the capability to install and perform maintenance/sustainment for a UPS system equivalent to the system being provided by providing the following:

5.1.4.1.1. Contract Number

5.1.4.1.2. Place and Period of Performance

5.1.4.1.3. Description of services

5.1.4.1.4. Contract/customer POC: name, phone number, and email

**NOTE: Government/non-Government contracts within the previous four years are accepted that show offeror served as either primary contractor or subcontractor responsible for contract performance.**



EVALUATION:

ADDENDUM TO FAR 52-212-2 EVALUATION—COMMERCIAL ITEMS (Nov 2021)

Paragraph (a) is hereby replaced with the following:



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 representing the best value with price and other factors considered. Government has determined that best value is expected to result from selection of the technically acceptable offer with the lowest total price; therefore, Government will evaluate offers based on lowest price technically acceptable (LPTA). Award will be made on the basis of the lowest total price of offerors meeting or exceeding the acceptability standards for non-price factors. Quotes that do not include all requested information in FAR 52.212-1 in 5.1.1 will be considered nonresponsive. The following factor(s) shall be used to evaluate offers:



1. Price:

1.1. Government will rank offers received by lowest total price and will then determine Technical Acceptability of each offer. If the Government receives three (3) offers or fewer, all quotes will be evaluated for Technical Acceptability. If the Government receives more than three (3) quotes, the Government will only select the three (3) lowest total priced offers to evaluate for Technical Acceptability. If any of the three lowest total priced offers are deemed Technically Unacceptable, the Government reserves the right to evaluate additional offers for technical acceptability if it is determined to be in the Government’s best interest.

1.2. Price will be evaluated using the total evaluated price (TEP) on the bottom-line price for the entire effort, inclusive of all options. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. To be eligible for award an offeror’s total price must be determined fair and reasonable.

1.3. FAR 52.217-8, Option to Extend Services, has been included. In order to evaluate the price for this extension, we will use half o the price of the final option year. The TEP for this contract will include the base year, all four option years, and the six-month extension.

1.4. Pricing must meet the requirements/specifications in FAR 52.212-1 in 5.1.2. 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.



2. Non-price Factor/Technical Evaluation:

2.1. Technical Criteria:

2.1.1. The Government shall evaluate technical criteria provided IAW 5.1.3. Technical criteria will receive a rating of acceptable or unacceptable. If all required technical criteria is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.

2.2. Past Experience:

2.2.1. The Government shall evaluate past experience provided IAW 5.1.4. Past experience will receive a rating of acceptable or unacceptable. If all required past experience is not provided, offer will be considered nonresponsive to this solicitation and will not be eligible for award.



(End of Provision)


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN 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

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >