Amendment to Combined Synopsis/Solicitation – Uninterruptible Power System Maintenance
| Federal Information & News Dispatch, Inc. |
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address: Other Defense Agencies; U.S. Special Operations Command;
Subject: Uninterruptible Power System Maintenance
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: H92244-14-T-0257
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): 1636 Regulus AveVirginia Beach , VA
Place of Performance (zipcode): 23461
Place of Performance Country: US
Description: Other Defense Agencies
U.S. Special Operations Command
Amendment issued to extend submission date for site visit requirements to 19 Aug'14 at
This procurement is 100% small business set-aside and the associated North American Industry Classification System (NAICS) code is 811219 with a business size standard of
Section B Schedule of Supplies and Services
Site visit is required and scheduled on 25 Aug'14 at
Section C Statement of Work Please see attached UPS Maintenance Statement of Work
Following Clauses and Provision applies to this procurement. CLAUSES INCORPORATED BY REFERENCE FAR 52.202-1 Definitions
CLAUSES INCORPORATED BY FULL TEXT
Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at http://www.farsite.hill.af.mil
All FAR Representation and Certifications shall be submitted through System for Award Management (SAM) at https://www.sam.gov
52.212-2 EVALUATION--COMMERCIAL ITEMS (
(a) The Government will award a contract 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 in descending order of importance:
(i) Technical - Offeror shall provide detailed maintenance and preventive program that shows it meets the statement of work. Offeror shall also provide certifications, licenses or other documentations necessary to validate that it meets the requirements.
(ii) Past Performance - Offerors shall provide name, title, and phone number of principal for no less than three prior or current contracts/agreements for similar scoped projects performed during the previous three years. To be technically acceptable, the submitting offeror must submit relevant and current past performance in ALL areas noted in this combined synopsis/solicitation. The Government will evaluate each offeror's experience on the basis of its depth and its relevance to the work that will be required under the prospective contract.
(iii) Price -All line items will be reviewed for price reasonableness. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(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 contract 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.
FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item
The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.
FAR 52.217-8 Option to Extend Services
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
FAR 52.217-9 Option to Extend the Term of the Contract.
(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 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months.
FAR 52.252-2 Clauses Incorporated By Reference
This contract incorporates one or more clauses 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 address: http://www.farsite.hill.af.mil
FAR 52.252-5 Authorized Deviations in Provisions
The Contractor shall not comply with any order, direction or request of Government personnel unless it is issued in writing and signed by the Contracting Officer, or is pursuant to specific authority otherwise included as part of this contract. Except as specified herein, no order, statement, or conduct of Government personnel who visit the contractor's facilities or in any other manner communicates with Contractor personnel during the performance of this contract shall constitute a change under the Changes clause in Section I. In the event the Contractor effects any change at the direction of any person other the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in cost incurred as a result thereof. The address and telephone number of the Contracting Officer is
SOFARS 5652.204-9003 Disclosure of Unclassified Information and Notification Requirements for Cyber Security Breaches (2013) Section H (Revised
(a) On
(b) Request for approval shall identify the specific information to be released, the medium to be used, and the purpose for the release. The contractor shall submit the request to the Contracting Officer at least 45 days before the propose date for release for approval. No release of any restricted information shall be made without specific written authorization by the Contracting Office.
(c) The protection of sensitive but unclassified data reflecting Special Operations technologies, personnel, plans, and business associations requires due diligence on the part of those in possession of such information. The application of appropriate security measures to ensure the safekeeping of USSOCOM and company proprietary data, intellectual property, and personnel data is the responsibility of all parties who have access to such information. All contractors supporting USSOCOM are required to inform the Contracting Officer within three business days of when there has been a breach or successful penetration of the contractor's network(s) or information system(s). Breaches include unauthorized intrusions of the contractor's server(s) from external parties whether through introduction of malware, hacking, the compromise of access passwords, or any other unauthorized access or compromise. Breaches also include the physical loss of storage media such and disks, hard drives, thumb drives, laptops or other devices which contain duplicates of information contained on the contractor's data systems, or the willful or accidental transmission, copying or posting of contract information which has not been specifically authorized by the Contracting Officer. Estimates of damage and mitigation strategies will be submitted to the Contracting Officer within a period following the breach specified and agreed upon by the Contractor and the Contracting Officer. (d) The Contractor shall include a similar requirement to this clause in each subcontract under this contract. Subcontractors shall submit request for authorization to release and notifications related to cyber security breaches through the prime contractor to the Contracting Officer.
(e) The Contractor further understands that Title 18 USC Section 701 specifically prohibits the use of the USSOCOM emblem or logo in any medium (e.g., corporate website, marketing brochure, newspaper, magazine, etc.) unless authorized in writing by USSOCOM. Forward any request to use the USSOCOM emblem or logo through the Contracting Officer.
SOFARS 5652.228-9000
The kinds and minimum amounts of insurance required in accordance with FAR 52.228-5 "Insurance Work on a Government Installation" are as follows: Type Amount Automobile Bodily Injury Liability As required by federal and State Statutes Property Damage Liability As required by federal and State Statutes Workers Compensation & Occupational Disease As required by federal and State Statutes Employer's Liability As required by federal and State Statutes
SOFARS 5652.233-9000 Independent Review of Agency Protests (2011) Section I (Revised
All protests shall be submitted through the Contracting Officer. A request for an independent review of the protest decision shall be made through the Contracting Officer to the HCD/FCO. If the HCD/FCO is the Contracting Officer, submit the request in accordance with FAR 33.103(d)(4) to: Chief of Contracting, N01K,
Offerors must scrutinize this solicitation and ensure their proposals and submissions comply with all requirements. It is not sufficient to merely state your proposal complies with the solicitation requirements. You must clearly identify how your proposal meets ALL of the solicitation requirements.
All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Questions shall be sent by email the following point of contact:
Quotes must be received no later than
Point of contact for this solicitation is
Link/URL: https://www.fbo.gov/spg/ODA/USSOCOM/VirginiaBeachVA/H92244-14-T-0257/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 3518 |


Advisor News
- Global economic growth will moderate as the labor force shrinks
- Estate planning during the great wealth transfer
- Main Street families need trusted financial guidance to navigate the new Trump Accounts
- Are the holidays a good time to have a long-term care conversation?
- Gen X unsure whether they can catch up with retirement saving
More Advisor NewsAnnuity News
- Prudential launches FlexGuard 2.0 RILA
- Lincoln Financial Introduces First Capital Group ETF Strategy for Fixed Indexed Annuities
- Iowa defends Athene pension risk transfer deal in Lockheed Martin lawsuit
- Pension buy-in sales up, PRT sales down in mixed Q3, LIMRA reports
- Life insurance and annuities: Reassuring ‘tired’ clients in 2026
More Annuity NewsHealth/Employee Benefits News
Life Insurance News
- Best’s Market Segment Report: AM Best Maintains Stable Outlook on Malaysia’s Non-Life Insurance Segment
- Report Summarizes Kinase Inhibitors Study Findings from Saga University Hospital (Simulation of Perioperative Ibrutinib Withdrawal Using a Population Pharmacokinetic Model and Sparse Clinical Concentration Data): Drugs and Therapies – Kinase Inhibitors
- Flawed Social Security death data puts life insurance benefits at risk
- EIOPA FLAGS FINANCIAL STABILITY RISKS RELATED TO PRIVATE CREDIT, A WEAKENING DOLLAR AND GLOBAL INTERCONNECTEDNESS
- Envela partnership expands agent toolkit with health screenings
More Life Insurance News