Schneider Electric/APC Uninterruptible Power Supply Refresh
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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)
- Original Published Date: Jul 15, 2024 11:47 am PDT
- Original Date Offers Due: Jul 19, 2024 03:00 pm PDT
- Inactive Policy: Manual
- Original Inactive Date: Jul 24, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Edwards , CA 93524USA
Description
This is a Combined Synopsis/Solicitation for the procurement of Schneider Electric/APC UPS Refresh & Maintenance
THIS IS A TOTAL SMALL BUSINESS SET-ASIDE LIMITED SOURCE ACQUISTION IAW FAR 13.106-1(b)(1)(i) “Contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available," for: Schneider Electric/APC.
(i) 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. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.
(ii) Solicitation Number: 07152024 **Please provide the full solicitation number on all packages**
This acquisition requires a local contractor who can provide the following for Edwards AFB, CA.
Period of Performance for CLIN 0001 AND CLIN 0008 Annual Plans: Anticpated through 1 Year from Date of Award, Delivery of CLINs 0002 - 0007: 60 Days ARO. PLEASE VIEW ATTACHED DOCUMENT FOR COMPLETE REQUIREMENT DESCRIPTION AND ANTICIPATED CLAUSES.
CLIN | Part # | Item | Qty
0001 | WADVULTRA-MW-09 | (1) Year Advantage Ultra Service Plan for Symmetra MW 400kVA WD0825110151 | 1
0002 | QWBATT-QMBR46453-00 | UPS12-400MR Batteries | 144
0003 | WBATTREPLC-MW-00 |Batt Rplcmnt Srvc for (1) Symmetra MW System - Install and Removal Labor per Battery | 144
0004 | WUPGBATRPL7-UP-02 | Scheduling Upgrade from 5X8 to 7X24 for Existing Battery Replacement Service - per battery | 144
0005 | WBATTDISP | Battery Disposal Service - per battery | 1
0006 | 0J-490-0039-001 | FAN 150X55 277V AC 6.43M3/MIN 54DB | 16
0007 | WSRVQCMI96228-00 | PRODUCT GALAXY 5000 100KVA 5X8 FAN REPLACEMENT AND DISPOSAL SERVICE, INSTALL NO TPP | 1
0008 | WADVULTRA-PX-37 | (1) Year Advantage Ultra Service Plan for (1) Symmetra PX UPS 70kVA 80 or 100 frame UPS and/or PDU | 1
Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation.
Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2024-05 and DFARS Change 05/30/2024 and DAFAC 2024-0612.
(iv) THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET-ASIDE and a LIMITED SOURCE ACQUISTION IAW FAR 13.106-1(b)(1)(i) for the manufacturer Schneider Electric/APC. The North American Industry Classification System (NAICS) number for this acquisition is 335999 “All Other Miscellaneous Electrical Equipment and Component Manufacturing” and the Small Business Size Standard is 600 employees. The potential Product Service Code assigned to this procurement is 5975 “Electrical Hardware Supplies.”
(v) Period of Performance:
CLINs 0001 and 0008: Anticipated 1 Year from Date of Award
CLINs 0002 – 0007 Delivery: 60 Days ARO
(vi) The provision at FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Sep 2023), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/. Offerors shall prepare their quotations in accordance with FAR 52.212-1.
PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITHIN YOUR QUOTE:
1. SAM UEI
2. CAGE Code:
3. Contractor Name:
4. Payment Terms (net 30) or Discount:
5. POC Name, Phone Number, Email:
6. Warranty:
7. Date Offer Expires:
8. FOB Destination:
11: Estimated Delivery Lead Time:
12. Competed copy of FAR 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items (Feb 2024) or notification that FAR 52.212-3 representation and certifications are available on SAM.gov
(ix) The provision at FAR 52.212-2, Evaluation—Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. 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, price and other factors considered. The following factors shall be used to evaluate offers:
***Please read the evaluation criteria closely. If vendor does not provide a full response, it will be found unresponsive***
The solicitation provides that quotations will be evaluated using Lowest Price Technically Acceptable (LTPA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability factor contains one non-cost subfactor: (1) Ability to provide the Schneider Electric/APC UPS Refresh in accordance with the requirements. The agency will first rank quotations according to price, from lowest to highest, and will evaluate the lowest-priced quotation as either technically acceptable or unacceptable, reserving the right to evaluate additional quotations for technical acceptability if deemed to be in the best interest of the government.
Evaluation Factors:
1. Price
2. Technically Acceptability
Technically Acceptable Subfactors:
- Ability to provide the brand name Schneider Electric/APC
The Government will award a delivery order resulting from the RFQ to the responsible offeror whose quote is responsive to the RFQ and considered to be the Best Value based on LTPA.
PLEASE VIEW ATTACHED DOCUMENT FOR COMPLETE REQUIREMENT DESCRIPTION AND ANTICIPATED CLAUSES.
(xii) Additional Contract Requirement or Terms and Conditions: The final list of clauses is dependent upon actual dollar value of the contract award and may change from those provided in the attachment. Full text for the clauses and provisions can be accessed via https://www.acquisition.gov/.
(xiii) Defense Priorities and Allocation System (DPAS): N/A
(xiv) Quote Submission Information: It is the government’s intent to award without discussions. Therefore, each initial quote should contain the offeror’s best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if the Contracting Officer (CO) determines that discussions are necessary. Questions are due by 17 July 2024 at 12:00pm Pacific Daylight Time (PDT). Offers are due by 19 July 2024 at 3:00 PM, Pacific Daylight Time (PDT). No late submissions will be accepted.
(xv) For additional information regarding this solicitation contact: Primary Point of Contact: Suzanna Kussman, Contracting Officer, suzanna.kussman@us.af.mil or the Secondary Point of Contact: Cody A. Gallagher, Contract Specialist, cody.gallagher.1@us.af.mil
Attachments/Links
Contact Information
Primary Point of Contact
- Suzanna Kussman
- suzanna.kussman@us.af.mil
Secondary Point of Contact
- CODY GALLAGHER
- cody.gallagher.1@us.af.mil