BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Rome, New York. Contact the soliciting agency for additional information.

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 FA875124Q0071 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) 2024-05 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20240425. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business under NAICS code 811310 and small business size standard $12,500,000. The contractor shall provide the following items as detailed on the attached Performance Work Statement (Attachment No.1 and List of Materials (Attachment No. 2) on a firm fixed price basis including the cost of shipping FOB Destination. The Period of Performance will be 1 base year plus 2 options years as stated below. 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 anticipated Period of Performance shall be (base year) Date of Award - 11 March 2025 to include reinstatement from 12 March 2024 for the base year and: Option Year 1: 12 March 2025 - 11 March 2026 Option Year 2: 12 March 2026 - 11 March 2027 Pricing must clearly show price break out per year, for the base year and each option year. ******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: 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. The provision at 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (SEP 2023), 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) 28 May 2024. 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. (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 specifications in the Attachments 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 (NOV 2023), 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) 252.225-7055, Representation Regarding Business Operations with the Maduro Regime (MAY 2022) For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (DEC 2023) applies to this acquisition. The following additional FAR clauses cited are incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (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: (1) 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)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 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). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553). (7) 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 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). 52.219-6, Notice of Total Small Business Aside (15 U.S.C. 644) (NOV 2020) 52.219-28, Post Award Small Business Program Rerepresentation (SEP 2023)(15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) (E.O. 11755) 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) 52.222-50, 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) (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 23183 Electronics Technician Maintenance III, WG-10 $30.73 + $4.98 = $35.71 52.222-55, Minimum Wages Under Executive Order 14026 (JAN 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022). The following additional FAR and FAR Supplement provisions and clauses also apply: (reference FAR 12.301) 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) 52.247-34, FOB Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporate by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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) 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (MAY 2024) (DEVIATION 2024-O0013) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (JAN 2023) 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (JAN 2023) 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7020, Notice of NIST SP 800-171 DoD Assessment Requirements (NOV 2023) 252.204-7024, Notice on the Use of the Supplier Performance Risk System (MAR 2023) 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. (JAN 2023) 252.223-7008, Prohibition of Hexavalent Chromium (JAN 2023) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7052 Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten (JAN 2023). 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime (JAN 2023) 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 Products and Commercial Services (MAR 2023) (10 U.S.C. 2320) 252.227-7037, Validation of Restrictive Markings on Technical Data (JAN 2023) 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 (JAN 2023) 252.232-7010, Levies on Contract Payments (DEC 2006) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JAN 2023) (Section 1038 of Pub. L. 111-84) 252.239-7017, Notice Of Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-383) 252.239-7018, Supply Chain Risk (DEC 2022) (Section 806 of Pub. L. 111-383) 252.244-7000, Subcontracts for Commercial Products and Commercial Services (NOV 2023) 252.246-7003, Notification of Potential Safety Issues (JAN 2023) 252.246-7008, Source of Electronic Parts (JAN 2023) 252.247-7023, Transportation of Supplies by Sea - Basic (JAN 2023) (10 U.S.C. 2631(a)) 5352.201-9101, Ombudsman (JUL 2023) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is: Ombudsman: AFRL/PK Director, Alternate Ombudsman: AFRL/PK Deputy Director, 1864 Fourth Street, WAFB OH 45433, Phone: (937) 904-9700, FAX: (937) 656-7321, Email: afrl.pk.workflow@us.af.mil 5352.223-9001, Health and Safety on Government Installations (JUL 2023) 5352.242-9000, CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019) 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. 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, valid vehicle insurance certificate to obtain a vehicle pass. 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. 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. 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) 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.

Post-Bid

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
113
Active Projects
72
Bidding Soon
929
All Active Projects
378
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

June 3, 2024

July 4, 2024

img_map_placeholder

Multiple Locations, Rome, NY


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.