Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

UPS Maintenance

Solicitation Number: F3Z3518225AC02UPS
Agency: Department of the Air Force
Office: Air Mobility Command
Location: 60th CONS
  • Print
:
F3Z3518225AC02UPS
:
Combined Synopsis/Solicitation
:
Added: Sep 15, 2008 7:45 pm

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 acquisition is being conducted using the procedures in FAR 13.5, Test Program for Certain Commercial Items. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number is F3Z3518225AC02; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26; Defense DCN 20080812; Air Force AFAC 2008-0605. This acquisition will be small business set-aside; the North American Industry Classification System (NAICS) code is 811310. The business size standard is 7 Million. The Federal Supply Class (FSC) is 4940. The Standard Industrial Classification (SIC) is 7699. This request for quotation consists of the following items on an all or none basis. Service nonpersonal. Contractor to supply all tools, labor, materials & transportation. CLIN 0001: Building 243 - S/N PD0542340198, PD0539343297, PD0521144339 1-Year Next Business Day Onsite Support 1-Year 4-Hour Response Upgrade (Battery Replacement not Included) 1-Year Next Business Day Onsite Support 1-Year 4-Hour Response Upgrade. CLIN 0002: Building 54 - S/N PD0535341684, PD0534148139 1-Year Next Business Day Onsite Support 1-Year 4-Hour Response Upgrade (Battery Replacement not Included). CLIN 0003: Building 918 - S/N PD0635160110, PD0625160025 1-Year Next Business Day Onsite Support 1-Year 4-Hour Response Upgrade 1-Year Next Business Day Onsite Support 1-Year 4-Hour Response Upgrade. CLIN 0004: Building 241 -MGE Comet 125kVA S/N 07-11401 1-Year Next Business Day Onsite Support 1-Year 4-Hour Response Upgrade. CLIN 0005: Building 381 - S/N QD0625250320 1-Year Extended Warranty S/N QD0633152264 1-Year Extended Warranty S/N QD0605001152 1-Year Extended Warranty.
The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the service offered to meet the Government requirement are equally important to the evaluation criteria. FAR 52.212-3, Alt 1 Offeror Representations and Certifications -Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation). FAR 52.233-4, Applicable Law for Breach of Contracts. FAR 52.204-7, Central Contractor Registration. FAR 52.219-6, Notice of Total Small Business Set Aside. FAR 52.219-28, Post Award Small Business Program Representation. FAR 52.222-3, FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-36, Affirmative Action for Workers with Disabilities. Convict Labor. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.232-33, Payment by Electronic Funds- Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.247-34, F.O.B. Destination. FAR 52.253-1, Computer Generated Forms. FAR 52.252-2, Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. FAR 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. DFARS 252.247-7023, Alt III Transportation of Supplies by Sea. AFFARS 5352.201-9101, Ombudsman. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. The current Wage Determination No.: 2005-2069 (Rev.-6), Date Of Revision: 05/29/2008, Area: California Counties of Napa, Solano, Sonoma applies to this Solicitation. This Statement is for Information Only; it is not a Wage Determination, Employee Class: 23182 - Electronics Technician Maintenance II, Monetary Wage-Fringe Benefits: $27.41, /hr. FAR 52.232-18, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov and also under the Online Representations and Certification (ORCA) on https://orca.bpn.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCC flight, no later than 12:00 PM PST on 22 Sep 2008. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is Jose Hernandez, TSGT, Contract Specialist, (707) 424-7770, jose.hernandez-02@travis.af.mil. Alternate point of contact is Josephine G. Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil.

 


:
350 Hangar Ave. Bldg 549
Travis AFB, California 94535-2632
United States
:
Travis AFB
Travis AFB, California 94535
United States
:
Jose A Hernandez,
Contracting Specialist
Phone: 707-424-7770
Fax: 707-424-2712
:
Joseph W Hoh,
Contract Specialist
Phone: 707-424-7773
Fax: 707-424-2712