New York Bids > Bid Detail

UPS Battery & Caps

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159290211391504
Posted Date: Jun 15, 2023
Due Date: Jun 29, 2023
Solicitation No: FA875123Q0154
Source: https://sam.gov/opp/bee8de0921...
Follow
UPS Battery & Caps
Active
Contract Opportunity
Notice ID
FA875123Q0154
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA8751 AFRL RIKO
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jun 15, 2023 02:13 pm EDT
  • Original Date Offers Due: Jun 29, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jul 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6140 - BATTERIES, RECHARGEABLE
  • NAICS Code:
    • 335999 - All Other Miscellaneous Electrical Equipment and Component Manufacturing
  • Place of Performance:
    Rome , NY 13441
    USA
Description

This is a combined synopsis/solicitation for commercial products and commercial services 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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.



Solicitation FA875123Q0154 is issued as a Request for Quotation (RFQ).



This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230609.



See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein.



This procurement is being issued as small business set-aside under NAICS code 335999 and small business size standard 500 employees.



The contractor shall provide and install the items in the List of Materials (Attch #1) on a “Brand Name or Equal,” firm fixed price basis including the cost of shipping FOB Destination.



The identified items reflect the physical, functional, and performance characteristics that reflect the characteristics and level of quality that will satisfy the minimum level of quality or reliability desired; however the offeror may provide a solution equivalent to or exceeding the functional and performance characteristics of the identified items and it will be considered for technical acceptability. The items listed may be offered on a "brand name or equal basis" pursuant to FAR 52.211-6; part numbers are provided for reference only. Technical information must be provided in sufficient detail to allow adequate and thorough technical evaluation of the proposed equal solution.



******All Offerors shall be authorized resellers/distributors for the brand they are providing. Any offers received from Offerors who are not authorized for the brand will not be considered for award.



In order to be considered for award the contractor must submit, with their quote, proof of certification for all OEM installers/technicians who must meet all OEM standards



SHIP HARDWARE TO:



DoDAAC: F4HBL1



CountryCode: USA



AFRL RIOLSC



AF BPN NO MILSBILLS PROCESSES



148 ELECTRONIC PKWY



ROME, NY 13441-4503



UNITED STATES



Name, Email address, and Phone number of the end user POC associated with the delivery will be provided via Section F of any award resulting from this solicitation.



Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.



Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new.



The delivery date is 60 Days After Receipt of Order (ARO). All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination (NOV 1991). The place of delivery, acceptance and FOB destination point is Rome, NY.



The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.



Addendum to the following paragraphs of 52.212-1 are:



(b) Written quotes are due at or before 3 PM, (Eastern Time) 26 June 2023. Submit by email to tiffany.slopka@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Products and Commercial Services.



(b)(4) Submit a technical description of the items being offered.



(b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.



(b)(12) Include a statement verifying that your firm is capable of conforming to the requirements of DFARS clause 252.211-7003, Item Identification and Valuation.



(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror’s initial offer should contain the offeror’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer and waive informalities and minor irregularities in offers received.



The provision at FAR 52.212-2, Evaluation -- Commercial Products and Commercial Services (NOV 2021) applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers:



(i) technical capability of the item offered to meet the Government requirement;



(ii) price;



The Government intends to award to the Lowest Priced Technically Acceptable Offer. In determining required technical acceptability, the Government will evaluate the items offered for compliance with the items listed in Attachment 1 and offerors authorization status. All evaluation factors when combined are approximately equal.



Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Products and Commercial Services (OCT 2022), as well as the following:



52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)



252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation (MAY 2021)



252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) (41 U.S.C. chapter 83, E.O 10582)



252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022)



For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 2)



The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2021), applies to this acquisition.



The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Jun 2023), applies to this acquisition.



(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).



52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91).



52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232).



2.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).



52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801).



52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553).



52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note)).



(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services:



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020), (Pub. L. 109-282) (31 U.S.C. 6101 note).



52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328).



52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021), (31 U.S.C. 6101 note).



52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008 (15 U.S.C. 644) (NOV 2020)



52.219-28, Post Award Small Business Program Re-representation (OCT 2022) (15 U.S.C. 632(a)(2)).



52.222-3, Convict Labor (Jun 2003) (E.O. 11755)



52.222-19, Child Labor—Cooperation with Authorities and Remedies (DEVIATION 2020-O0019) (JAN 2022) (E.O. 13126).



52.222-21, Prohibition of Segregated Facilities (Apr 2015).



52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)



52.222-36, Equal Opportunity for Workers With Disabilities (JUN 2020) (29 U.S.C. 793)



52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).



52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627).



52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513)



52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)



52.232-33, Payment By Electronic Funds Transfer—System For Award Management (Oct 2018) (31 U.S.C. 3332)



The following additional FAR and FAR Supplement provisions and clauses also apply:



52.204-16, Commercial and Government Entity Code Reporting (AUG 2020)



52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020)



52.204-21, Basic Safeguarding of Covered Contractor Information Systems (NOV 2021)



52.204-22, Alternative Line Item Proposal (Jan 2017)



52.211-6, Brand Name or Equal (Aug 1999)



52.232-40, Providing Accelerated Payments to Small Business Subcontractors (NOV 2021)



52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984)



52.247-34, FOB Destination (Nov 1991)



252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181)



252.203-7002 Requirement to Inform Employees of Whistleblower Rights. (SEP 2013)



252.203-7005, Representation Relating to Compensation of Former DoD Officials (SEP 2022).



252.204-7003 Control of Government Personnel Work Product (APR 1992)



252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016)



252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2021)





252.211-7003, Item Identification and Valuation (MAR 2016)



Para. (c)(1)(i): ______ (Insert Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A)



Para. (c)(1)(ii): ______ (Identify Contract Line, Subline, or Exhibit Line Item Number and Item Description: N/A)



Para. (c)(1)(iii): ______ (Insert attachment number: N/A)



Para. (c)(1)(iv): ______ (Insert attachment number: N/A)



Para. (f)(2)(iii): ______ (Insert exhibit number: N/A)



252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations (SEP 2019)



252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2018)



252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)



252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) (41 U.S.C. chapter 83, E.O 10582)



252.225-7001, Buy American and Balance of Payments Program (JUN 2022) (41 U.S.C. chapter 83, E.O 10582)



252.225-7048 Export-Controlled Items (JUN 2013)



252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (MAY 2022)



252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015)



252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems—Representation (MAY 2020) (DEVIATION 2020-O0015)



252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 U.S.C. 2320)



252.227-7037, Validation of Restrictive Markings on Technical Data (APR 2022)



252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) (10 U.S.C. 2227)



252.232-7006, Wide Area Workflow Payment Instructions (Dec 2018)



252.232-7010, Levies on Contract Payments (DEC 2006)



252.232-7017, Accelerating Payments to Small Business Subcontractors—Prohibition on Fees and Consideration (APR 2020)



252.243-7001 Pricing of Contract Modifications (DEC 1991)



252.244-7000, Subcontracts for Commercial Items and Commercial Components (JAN 2021)



252.246-7008, Source of Electronic Parts (MAY 2018)



252.247-7023, Transportation of Supplies by Sea – Basic (FEB 2019) (10 U.S.C. 2631(a))



5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers (Primary), AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil



5352.223-9001, Health and Safety on Government Installations (OCT 2019)



5352.242-9000 Contractor Access to Air Force Installations (OCT 2019)



(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.



(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, and valid vehicle insurance certificate, to obtain a vehicle pass.



(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.



(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and DODMAN5200.02_AFMAN 16-1405 , Air Force Personnel Security Program.



(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.



(f) Failure to comply with these requirements may result in withholding of final payment.



Note that the clause at 252.211-7003 is included in this solicitation. Agency specific guidance is provided below:



For proposed Line Item Numbers with a unit price ≥ $5,000. Vendors will be expected to supply Unique Item Identifier (UII/ UID) labels.



UII/ UID component data elements should be marked on an item using two dimensional data matrix symbology that complies with ISO/IEC International Standard 16022, Information technology - International symbology specification - Data matrix; Error Checking and Correction 200 (ECC200) data matrix specification.



(A)LABEL:



If using Construct 1: Encode the two dimensional data matrix with CAGE CODE (Enterprise ID) and Serial #.



If using Construct 2: Encode the two dimensional data matrix with CAGE CODE, Serial #, and Part/Lot/Batch #.



Any costs associated in complying with these terms should be included as part of the firm fixed priced offer herein.



The Defense Priorities and Allocations System (DPAS) rating DO-A7 has been assigned to this effort.



All responsible organizations may submit a quote, which shall be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106
  • ROME , NY 13441-4514
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 15, 2023 02:13 pm EDTCombined Synopsis/Solicitation (Original)

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 >