The RFP Database
New business relationships start here

NCC UPS Service Agreement


Missouri, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

To whom it may concern,


 


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This solicitation W912NS-17-Q-3015 is being issued as a Request for Quotation (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86.  This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a).  The NAICS code is 811213 and the small business size standard is $11,000,000.00.  The following commercial items are requested in this solicitation;


 


 


CLIN 0001:  BASE YEAR


 


At least once during the period of performance of this CLIN, the contractor is required to have a certified technician travel to our site and complete a preventive maintenance and inspection visit for 2ea MGE Galaxy 3500 30K UPSs.


 


The contractor is required to provide 7X24 remote technical support, with a 4 hour on-site response time by a certified technician if the problem cannot be resolved remotely and deemed necessary by the Government. The 4 hour response time must be available 7X24X365. All parts, travel and labor must be included as one fixed cost within the contract and no additional costs incurred by the Government per incident.  At a minimum, the contractor will form the following when required on-site for remediation.

•1)     Check UPS and/or PDU Status

•2)     Check all alarms

•3)     Diagnose Problem

•4)     Repair the Problem

•5)     Perform Function test after repair

•6)     Provide a detailed written report describing the nature of the problem and the corrective action taken.


 


All In Accordance With the Statement of Work (attached)


 

CLIN 0002:  CONTRACTOR MANPOWER REPORTING

 

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ;

 

CLIN 0003:  OPTION YEAR 1


 


At least once during the period of performance of this CLIN, the contractor is required to have a certified technician travel to our site and complete a preventive maintenance and inspection visit for 2ea MGE Galaxy 3500 30K UPSs.


 


The contractor is required to provide 7X24 remote technical support, with a 4 hour on-site response time by a certified technician if the problem cannot be resolved remotely and deemed necessary by the Government. The 4 hour response time must be available 7X24X365. All parts, travel and labor must be included as one fixed cost within the contract and no additional costs incurred by the Government per incident.  At a minimum, the contractor will form the following when required on-site for remediation.

•1)     Check UPS and/or PDU Status

•2)     Check all alarms

•3)     Diagnose Problem

•4)     Repair the Problem

•5)     Perform Function test after repair

•6)     Provide a detailed written report describing the nature of the problem and the corrective action taken.


 


All In Accordance With the Statement of Work (attached)

 

CLIN 004:  CONTRACTOR MANPOWER REPORTING - OPTION YEAR 1

 

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ;

 

 

CLIN 0005:  OPTION YEAR 2


 


At least once during the period of performance of this CLIN, the contractor is required to have a certified technician travel to our site and complete a preventive maintenance and inspection visit for 2ea MGE Galaxy 3500 30K UPSs.


 


The contractor is required to provide 7X24 remote technical support, with a 4 hour on-site response time by a certified technician if the problem cannot be resolved remotely and deemed necessary by the Government. The 4 hour response time must be available 7X24X365. All parts, travel and labor must be included as one fixed cost within the contract and no additional costs incurred by the Government per incident.  At a minimum, the contractor will form the following when required on-site for remediation.

•1)     Check UPS and/or PDU Status

•2)     Check all alarms

•3)     Diagnose Problem

•4)     Repair the Problem

•5)     Perform Function test after repair

•6)     Provide a detailed written report describing the nature of the problem and the corrective action taken.


 


All In Accordance With the Statement of Work (attached)


 

CLIN 0006:  CONTRACTOR MANPOWER REPORTING - OPTION YEAR 2

 

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ;


 


 


CLIN 0007:  OPTION YEAR 3


 


At least once during the period of performance of this CLIN, the contractor is required to have a certified technician travel to our site and complete a preventive maintenance and inspection visit for 2ea MGE Galaxy 3500 30K UPSs.


 


The contractor is required to provide 7X24 remote technical support, with a 4 hour on-site response time by a certified technician if the problem cannot be resolved remotely and deemed necessary by the Government. The 4 hour response time must be available 7X24X365. All parts, travel and labor must be included as one fixed cost within the contract and no additional costs incurred by the Government per incident.  At a minimum, the contractor will form the following when required on-site for remediation.

•1)     Check UPS and/or PDU Status

•2)     Check all alarms

•3)     Diagnose Problem

•4)     Repair the Problem

•5)     Perform Function test after repair

•6)     Provide a detailed written report describing the nature of the problem and the corrective action taken.


 


All In Accordance With the Statement of Work (attached)


 

CLIN 0008:  CONTRACTOR MANPOWER REPORTING - OPTION YEAR 3

 

The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 139th Airlift Wing via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/.

Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk at: http://www.ecmra.mil/. ;


 

 

The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed Debarment, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6 (total small business), 52.219-28, 52.22-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33,  FAR 52.217-5 Evaluation of Options, 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.222-41 Service Contract Labor standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.237-1 Site Visit, 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation).  


DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials,  DFARS 252.203-7998 (DEV) Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - representation (Dev), DFARS 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements, DFARS 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.211-7003, Item Unique Identification and Valuation, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.244-7000 Subcontracts for Commercial Items.


 

252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX

LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014)

 

•(a)    In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that-

 

•(1)    Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or

 

•(2)   Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.

 

•(b)   The Offeror represents that-

 

•(1)   It is [          ] is not [          ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,

 

•(2)   It is [          ] is not [         ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.

 

(End of provision)


 


All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov and shall be considered for award.  Quotes are required to be received no later than 12:00pm CDT on 01 September 2017.  Send quotes to MSgt Cami R. Glasgow email: cami.r.glasgow.mil@mail.mil.


 


 


                                                                        CAMI R. GLASGOW, MSGT, MOANG


                                                                        Contracting Specialist


 


 


Cami R. Glasgow, Contract Specialist, Phone 8162363114, Email cami.r.glasgow.mil@mail.mil - Talia A. Guess, Contract Specialist, Phone 8162363259, Email talia.a.guess.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP