Similar Projects
Indefinite Delivery/Indefinite Quantity Electronic Security Systems (ESS) 7th Generation
Term Contract
Design
Less than $675,000,000 est. value

Phase 3 Bond Improvements Electrical Contractor Work (EC-1)
Renovation, Infrastructure
Sub-Bidding
$100,000 CJ est. value
Clinton, NY 13323

Oneida County Office Building Parking Garage Repairs - Electrical Construction
Renovation
Sub-Bidding
$30,000 CJ est. value
Utica, NY 13501

Circuit Breakers & Test Equipment
Term Contract
Post-Bid

Exterior Sign & Lighting Maintenance
Alteration
Post-Bid

New Hartford CSD Capital Outlay Project - Oxford Road ES/SHS
Alteration
Results
$80,000 est. value
New Hartford, NY 13413

Remove/Replace Boilers and Associated Infrastructure - Electrical
Alteration
Results
$50,000 to $100,000 est. value
Utica, NY 13501

Capital Improvements Project - Phase II - Electrical
Renovation - 15,904 SF
Sub-Bidding
$2,000,000 CJ est. value
Waterville, NY 13480

LED Price Signs Fabrication & Installation - NY, NJ, & PA
Term Contract, Alteration
Post-Bid

Replace Salt Storage Building - Electrical
Alteration
Results
$100,000 to $250,000 est. value
Rome, NY 13440

Mohawk Valley Community College Campus Electrical Upgrades
Renovation
Sub-Bidding
$200,000 CJ est. value
Utica, NY 13501

General, Electrical, Plumbing, Building & Yard Emergency Services At LNA Service Stations
Term Contract
Post-Bid

Upgrade Heating and Cooling Systems - Electrical Work
Renovation
Results
$97,073 CJ est. value
Rome, NY 13440

Oneida County Office Building Mechanical System Upgrades - Electrical Construction
Renovation
Sub-Bidding
$300,000 CJ est. value
Utica, NY 13501

Energy Efficiency/ Renewable Energy Contractor
Term Contract
Post-Bid
$5,000 to $20,000 est. value
Clinton, NY

Last Updated 04/03/2023 03:14 PM
Project Title

APC UPS Maintenance Renewal

Physical Address View project details and contacts
City, State (County) Rome, NY 13441   (Oneida County)
Category(s) Single Trades
Sub-Category(s) Electric
Contracting Method Competitive Bids
Project Status Sub-Bidding, Construction start expected May 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
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 FA8751-23-Q-0057 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) 2023-02 and Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20230322. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as total small business set-aside under NAICS code 811310 and small business size standard of $12,500,000 in average annual receipts. The contractor shall provide the items as detailed in the attached Performance of Work Statement (Attachment No. 1) and List of Materials (Attachment No. 2), on a firm fixed price basis, to include the cost of shipping FOB Destination. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. ******Billing is requested Quarterly in Arrears****** Used, pre-owned, refurbished, or remanufactured goods will not be accepted. Items must be factory new. *****The anticipated Period of Performance shall be Date of Award - 12 March 2024 to include reinstatement from 13 March 2023 ******All Offerors shall be authorized resellers/distributors for APC Schneider services. All services must be performed by an APC Schneider UPS certified technician. Any offers received from Offerors who are not authorized for APC Schneider will not be considered for award. SHIP HARDWARE TO: DoDAAC: F4HBM3 CountryCode: USA AFRL RIOLSC AF BPN NO MILSBILLS PROCESSES 26 ELECTRONIC PKWY BLDG 106 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. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM, (Eastern Time) 3 April 2023. Submit by email to Tabitha.Haggart@us.af.mil. (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. (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 and waive informalities and minor irregularities in offers received. EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items 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 specifications in the Attachments and offerors authorization status. All evaluation factors when combined are approximately equal. REPRESENTATIONS AND CERTIFICATIONS 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 (Deviation 2023-O0002) as well as the following: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services - Representation DFARS 252.223-7997, Prohibition on Procurement of Certain Items Containing Perfluorooctane Sulfonate or Perfluorooctanoic Acid - Representation (Deviation 2022-O0010) DFARS 252.225-7055, Representation Regarding Business Operations With the Maduro Regime For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3) ****OFFERS SHALL INCLUDE THE COMPLETED REPS AND CERTS (Attch 3) IN ORDER TO BE CONSIDERED FOR AWARD. OFFERS THAT DO NOT PROVIDE ATTCH #3 IN THEIR RESPONSES WILL BE CONSIDERED INCOMPLETE. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services, 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, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable 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). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). 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: 52.219-6, Notice of Total Small Business Aside DEVIATION 2020-O0008 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor--Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer--System For Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23183 Electronics Technician Maintenance III, WG 10/2 $29.33 + $4.80 = $34.13 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems - Representation (DEVIATION 2020-O0015) 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Class Deviation 2020-O0005) 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017, Notice of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea 5352.223-9001, Health and Safety on Government Installations 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Mr. Steven Ewers (Primary) 1864 4th Street WPAFB OH 45433; Phone: (937) 904-9700; FAX: (937) 656-7321; afrl.pk.workflow@us.af.mil. 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, amd 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 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. (End of clause) CONTRACT ADMINISTRATION DATA Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at this location. In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with award of an order that will provide applicable codes for proper invoice submission. All responsible organizations may submit a quote, which shall be considered.

Details

Division 26 - Electrical.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents