Brand Name Only: EATON 150kVA & 300kVA UPS

Agency: DEPT OF DEFENSE
State: Maryland
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159795597524294
Posted Date: Mar 28, 2024
Due Date: Apr 8, 2024
Solicitation No: W91ZLK24Q0014
Source: Members Only
Follow
Brand Name Only: EATON 150kVA & 300kVA UPS
Active
Contract Opportunity
Notice ID
W91ZLK24Q0014
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG DIR
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 28, 2024 03:25 pm EDT
  • Original Date Offers Due: Apr 08, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

This is a solicitation for commercial items prepared in accordance with FAR Part 12, Acquisition of Commercial Items, FAR Part 13.5, Simplified Procedures for Certain Commercial Items and as supplemented with additional information included in this notice. This solicitation will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.





This solicitation is issued as a request for quotation (RFQ). The solicitation number is W91ZLK-24-Q-0014. It is the Government's intent to award a firm-fixed-price purchase order. This requirement is being solicited as a Full and Open competition represented by NAICS Code 238210. This requirement will be awarded as a Firm-Fixed Price type contract to the Lowest Priced Technically Acceptable (LPTA) offeror.





See attached description





It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses https://acquisition.gov/far/index.html and http://www.acq.osd.mil/dpap/sitemap.html.






  1. The Army Contracting Command – The U.S. Army, HQ, 20th CBRNE Command requires a Firm Fixed Price (FFP), to Decommission and remove from site (3) existing Vycon Flywheels. Delivery, set & rig (3) new battery cabinets. One cabinet for 150kVA UPS and two for 300kVA UPS. Installing the new cabinets and batteries using existing UPS wires and conduit. Old Vycon control circuits will be abandoned at nearest junction boxes. The batteries are for the UPS systems, the backup power generators located at BLDG 5016 and the second at BLDG 5046.





The Contractor shall specify estimated delivery date, unit prices, and any commercial warranties with quote submissions. Quotes shall specifically address each requirement listed on this document. Partial quotes will NOT be evaluated by the Government. All equipment WITHOUT EXCEPTION must be new and any manufacturer's warranty information must be included. All submissions must be BAA Compliant and clearly annotated on the quotation.





Delivery and Installation will be made FOB Destination to:





6544 Havre De Grace St.



Building 5046, N170 Suite G4



Aberdeen Proving Ground, MD 21010 (410) 436-9606





Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors in accordance with FAR 15.101-2. The non-cost factors are the technical requirements, in accordance with the specifications/description attached. The order will be awarded to the Lowest Price Technically Acceptable (LPTA) offer. The technical evaluation will be a determination based upon information provided by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make award without discussions.





Quotations and Attachments must be dated and received by US Army Contracting Command, Aberdeen Proving Ground, Tenant Division, Technologies Branch 6001 Combat Drive, 2nd Floor, Room C2-101, Aberdeen Proving Ground, MD, 21005-1846, Attention Mr. Andrew Bragason via email at sharon.a.gary.civ@mail.mil NLT Thursday, 30 August 2023 at 06:00 PM ET. Late submissions will not be evaluated. All quotations from responsible sources will be fully considered. Contractors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Contractors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov or through the Federal Service Desk at http://www.FSD.gov.





QUESTIONS: For questions concerning this Request for Quotation contact Mr. Andrew Bragason, email: Andrew.a.bragason.civ@army.mil. Please provide any questions before response/close date. NO TELEPHONE REQUESTS WILL BE HONORED





. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at the following address: http://acquistion.gov



The following clauses and provisions are incorporated by reference:





52.202-1 Definitions NOV 2013



52.203-3 Gratuities APR 1984



52.204-7 System for Award Management OCT 2018



52.204-13 System for Award Management Maintenance OCT 2018



52.211-17 Delivery of Excess Quantities SEP 1989



52.212-4 Contract Terms and Conditions--Commercial Items OCT 2018



52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items JAN 2019



52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. JUN 2016



52.232-39 Unenforceability of Unauthorized Obligations JUN 2013



52.233-1 Disputes MAY 2014



52.242-15 Stop-Work Order AUG 1989



52.243-1 Changes--Fixed Price AUG 1987



52.246-16 Responsibility For Supplies APR 1984



52.247-34 F.O.B. Destination NOV 1991



52.249-8 Default (Fixed-Price Supply & Service) APR 1984



52.253-1 Computer Generated Forms JAN 1991



252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011



252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013



252.203-7003 Agency Office of the Inspector General DEC 2012



252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016



252.219-7011 Notification to Delay Performance JUN 1998



252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017



252.225-7008 Restriction on Acquisition of Specialty Metals MAR 2013



252.225-7012 Preference For Certain Domestic Commodities DEC 2017



252.225-7015 Restriction on Acquisition of Hand Or Measuring Tools JUN 2005



252.225-7021 Trade Agreements--Basic DEC 2017



252.227-7015 Technical Data--Commercial Items FEB 2014



252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018



252.232-7010 Levies on Contract Payments DEC 2006



252.239-7001 Information Assurance Contractor Training and Certification JAN 2008



252.243-7002 Requests for Equitable Adjustment DEC 2012



252.247-7023 Transportation of Supplies by Sea APR 2014





EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax.





AMC-LEVEL PROTEST PROGRAM (AUG 2012) ACC-APG 5152.233-4900





If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:





Headquarters U.S. Army Materiel Command

Office of Command Counsel-Deputy Command Counsel 4400 Martin Road

Rm: A6SE040.001

Redstone Arsenal, AL 35898-5000

Phone: (256) 450-8165

Fax: (256) 450-8840

E-mail: amcprotests@conus.army.mil



The AMC-Level Protest Procedures are accessible via the Internet at: www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC Level Protest Procedures.

The AMC-Level Protest Procedures are accessible via the Internet at:


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 6565 SURVEILLANCE LOOP
  • ABER PROV GRD , MD 21005-3013
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 28, 2024 03:25 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Apr 4, 2024[Combined Synopsis/Solicitation (Updated)] Brand Name Only: EATON 150kVA & 300kVA UPS

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 >