United States - Electrical Preventative Maintenance Parts BPA

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 June 2019
Opportunity publication date
17 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 12, 2019 4:20 pm

Combined Synopsis/Solicitation
» Blanket Purchase Agreement (BPA) for Electrical Preventative Maintenance (EPM) Parts «

(i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued.
(ii) Solicitation Number: FA8224-19-Q-A009
This solicitation is issued as a Request For Quotation (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-02.
(iv)
Contracting Officer's Business Size Selection Full and Open Competition
NAICS Code 335311
Small Business Size Standard 750
(v) Description of item(s) to be acquired:
This overall effort of this BPA shall support the replacement parts and equipment required for the Electrical Preventative Maintenance (EPM) Program. The types of equipment that will include, but not be limited to, industrial electrical distribution equipment. Parts/equipment required are:
• Service Entrance Equipment (enclosures and circuit breakers)
• Busways
• Motor Control Centers
• Critical Loads
• Dry-type Transformers
(vi) Period of Performance and place:
• 5 Years (est. 13 August 2019 - 12 August 2024)
• Performance of service will be at the contractor's facility.
• FOB Destination delivery terms shall apply to all orders.
(vii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offers are due by 1500 MT, 27 June 2019, via electronic mail to david.padgett@us.af.mil
a. Provide Cage code when submitting offer
b. All offerors must submit a completed copy of the attached "EPM Parts - Price List." The copy must be submitted in an editable MS Excel format.
(viii) 52.212-2, Evaluation -- Commercial Items
(a) The Government will award a blanket purchase agreement 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:
(i) Price
(ii) Technically Acceptable with the ability to manufacture/distribute the parts identified in the Product Description, Price List and Pictures provided within this solicitation package.
(b) Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The BPA will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). BPAs will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer.
(x) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition and a statement regarding any addenda to the clause.
(xi) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019)
OTHER FAR CLAUSES AND PROVISIONS
52.203-6 Restrictions on Subcontractor Sales to the Government. - (Alternate I)
52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
52.204-7 System for Award Management.
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
52.204-13 System for Award Management Maintenance.
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-16 Commercial and Government Entity Code Reporting.
52.204-18 Commercial and Government Entity Code Maintenance.
52.204-22 Alternative Line Item Proposal.
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities.
52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations.
52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law.
52.219-8 Utilization of Small Business Concerns.
52.219-13 Notice of Set-Aside of Orders.
52.222-19 Child Labor-Cooperation with Authorities and Remedies.
52.222-21 Prohibition of Segregated Facilities.
52.222-26 Equal Opportunity.
52.222-35 Equal Opportunity for Veterans.
52.222-36 Equal Opportunity for Workers with Disabilities.
52.222-37 Employment Reports on Veterans.
52.222-40 Notification of Employee Rights Under the National Labor Relations Act.
52.222-50 Combating Trafficking in Persons.
52.222-54 Employment Eligibility Verification.
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation.
52.225-13 Restrictions on Certain Foreign Purchases.
52.232-39 Unenforceability of Unauthorized Obligations.
52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
52.233-1 Disputes.
52.233-3 Protest after Award.
52.233-4 Applicable Law for Breach of Contract Claim.
52.247-34 F.o.b. Destination.
52.252-1 Solicitation Provisions Incorporated by Reference.
52.252-2 Clauses Incorporated by Reference.
52.252-6 Authorized Deviations in Clauses.
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.203-7002 Requirement to Inform Employees of Whistleblower Rights.
252.204-7003 Control of Government Personnel Work Product.
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting.
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support.
252.205-7000 Provision of Information to Cooperative Agreement Holders
252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism.
252.213-7000 Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations.
252.215-7007 Notice of Intent to Resolicit.
252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors.
252.223-7008 Prohibition of Hexavalent Chromium.
252.225-7001 Buy American and Balance of Payments Program.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7012 Preference for Certain Domestic Commodities.
252.225-7048 Export-Controlled Items.
252.225-7978 Restriction on Acquisition of Certain Magnets and Tungsten.(DEVIATION 2019-O0006)
252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns.
252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card.
252.232-7010 Levies on Contract Payments.
252.243-7001 Pricing of Contract Modifications.
252.243-7002 Requests for Equitable Adjustment.
252.244-7000 Subcontracts for Commercial Items
252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System.
252.246-7008 Sources of Electronic Parts.
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
5352.201-9101 Ombudsman
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official.
Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the Center ombudsmen, Mr. Kevin Flinders AFMC OL_H/PZC 801-777-6549, kevin.flinders@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer
(End of clause)

(xii) Additional Contract Requirement or Terms and Conditions:
Blanket Purchase Agreement Details:
(1) Description of agreement.
Orders will not exceed a limit of $25,000.00 and will utilize the Government Purchase Card (GPC) as payment. The agreement will be for a period of five years following execution of the agreement, and price lists will be updated annually.
(2) The Government is obligated only to the extent of authorized purchases actually made under the BPA.
(3) Purchase limitation. A dollar limitation of $25,000 for each individual purchase under the BPA shall apply
(4) A memorandum identifying the individuals authorized to purchase under the BPA and the dollar limitation per purchase for each individual shall be furnished to the supplier by the contracting officer.
(5) Delivery tickets. All shipments under the agreement shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information:
(i) Name of supplier.
(ii) BPA number.
(iii) Date of purchase.
(iv) Purchase number.
(v) Itemized list of supplies or services furnished.
(vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).
(vii) Date of delivery or shipment.
(6) Invoices. A summary invoice shall be submitted at least monthly or upon expiration of this BPA, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipt copies of the delivery tickets.
(xiii) Defense Priorities and Allocations System (DPAS):
N/A
(xiv) Proposal Submission Information:
All questions or comments must be sent to David "Nick" Padgett by email at david.padgett@us.af.mil, NLT 1500 MT, 18 June 2019. Offers are due by 1500 MT, 27 June 2019, via electronic mail to david.padgett@us.af.mil.

(xv) For additional information regarding the solicitation or to obtain the EPM Parts Pictures, contact Nick Padgett at david.padgett@us.af.mil or Hideo Mera at hideo.mera.2@us.af.mil. (Note: Due to the file size, the drawings will be sent to each offeror upon request via AMRDEC SAFE)
Notice to Offerors:
The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
This solicitation incorporates one or more clauses and/or 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. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
Attachments:
• Purchase Description
• Price List

Opportunity closing date
27 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Air Force AFLCMC / AFSC / AFNWC - HILL AFB United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?