Ohio Bids > Bid Detail

AFWAY UPS Revitalization APC Brand

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159736644766105
Posted Date: Mar 27, 2023
Due Date: Apr 18, 2023
Solicitation No: FA8601-23-Q-0077
Source: https://sam.gov/opp/b0b79db483...
Follow
AFWAY UPS Revitalization APC Brand
Active
Contract Opportunity
Notice ID
FA8601-23-Q-0077
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Office
FA8601 AFLCMC PZIO
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 27, 2023 03:56 pm EDT
  • Original Published Date: Mar 22, 2023 05:27 pm EDT
  • Updated Date Offers Due: Apr 18, 2023 03:00 pm EDT
  • Original Date Offers Due: Apr 18, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 19, 2023
  • Original Inactive Date: Apr 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description

This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for the AFWAY Replacement UPS as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.





This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2023-01, effective 30 Dec 2022; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20231230, effective 30 Dec 2022; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2022-1220, effective 20 Dec 2022.





This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced technically acceptable Offeror who submits a proposal that:





1. Conforms to the requirements of the combined synopsis/solicitation.



2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.



3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.





The combined synopsis/solicitation number for this requirement is FA8601-23-Q-0077 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures.





The associated North American Industrial Classification System (NAICS) code is 238210 with a small business size standard of $19 Million.





This requirement is Brand Name for APC Symmetra UPS. See attached SOW for a full list of exact required specifications.





NAICS Code: 238210 – Electrical Contractors and Other Wiring Installation Contractors





Small Business Size Standard: $19 Million.





Acceptable means of Submission: All submissions must be submitted electronically to the following email address emmeline.spaulding@us.af.mil by Tuesday, 18 April 2023 by 3:00 P.M. EDT.





Any correspondence sent via e-mail must contain the subject line “FA8601-23-Q-0077, AFWAY Replacement UPS.” The entire proposal must be contained in a single e-mail, unless otherwise approved, including attachments. Please note: due to the e-mail server, any e-mails that exceed 5 megabytes might not go through. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation e-mail within 24 hours of submitting the proposal, please call or e-mail the point of contact listed on the solicitation.





Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.





Period of Performance: To begin no later than 90 days After Award.





Delivery Destination: AFLCMC/WAG



Attn: Kevin Kurtz



2275 D Street, Bldg 16, RM 029 Area B



Wright Patterson AFB, OH 45433





Delivery Type: FOB Destination (As defined in FAR 2.101—Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.)





Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.





Requirement: AFWAY Replacement UPS in accordance with (IAW) the Statement of Work (SOW) dated 20 Mar 2023, requirements/salient characteristics.





The anticipated award is Firm-Fixed Price.





Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in Attachment 1 (SOW) and is most advantageous to the Government, lowest evaluated price of proposals meeting or exceeding the acceptability standards and other factors considered. Technical Capability and Price will be used to evaluate all offers.





Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.





Price: The Government will evaluate the price by adding the total of all line item prices, including all options.





The proposals may be in any format but MUST include:



1. Proposing company’s name, address, DUNS number, Cage Code, and TIN.



2. Point of contact’s name, phone, and email.



3. Proposal number & date.



4. Timeframe that the proposal is valid.



5. Individual item price.



6. Total price (Net 30), No Progress Payments.



7. Shipping (FOB Destination).



8. Completed copy of representations and certifications (Attachment 2)





Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work (Attachment 1).





Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.





ADDITIONAL INSTRUCTIONS TO OFFERORS:





The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows:



(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above.



(b) Submission of offers is as prescribed in the text of this combined synopsis/solicitation.





Proposal Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal, and contain the following information.





Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted.





Technical Proposal: Describe how the offeror will provide for all items as described in the SOW.





CLIN Structure found in Attachment 3 and Provisions and Clauses can be found in Attachment 3.





Attachments:




  1. Statement of Work (SOW)

  2. Offeror Reps and Certs

  3. Model Contract - CLIN Structure, Clauses and Provisions

  4. FAR 52.204-24

  5. FAR 52.204-25

  6. Memo for 2019-009 Interim FAR Rule



Please direct all questions to Emmeline Spaulding at emmeline.spaulding@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 1940 ALLBROOK DR BLDG 1 RM 109
  • WRIGHT PATTERSON AFB , OH 45433-5344
  • 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 >