Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

August 22, 2023

September 22, 2023

December 14, 2023

546 Bonney Lp

Renovation

No Information to Display

$100,000.00

Public - Federal

img_map_placeholder

546 Bonney Lp, Honolulu, HI

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

Subscribe to View Full Documents

The Federal Emergency Management Agency (FEMA) is considering the issuance of a Fixed Price Contract for installation of a Uninterruptable Power Supply (UPS) at the Pacific Area Office. Place of Performance is 546 Bonney Loop Bldg. 520, Ft. Shafter, HI 96858-5000. Period of Performance is 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). The Contractor's responsibilities shall include providing all labor, equipment, tools, permits, license and insurance required to perform the tasks and services as set forth in the attached Statement of Work (SOW). The Service Contract Act of 1965, as amended (41 U.S.C. 351) is applicable to this procurement for installalation of a modern UPS system and remove the outdated UPS system currently in the IT server room. The following wage determination shall be applicable to the resulting purchase order: Wage Determination No. 2015-5689 (Rev.-20). This solicitation is being issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation Part 12, Acquisition of Commercial Items, in conjunction with Part 13, Simplified Acquisition Procedures. The incorporated provisions and clauses within this solicitation document are those in effect through Federal Acquisition Circular (FAC 2020-07). The NAICS Code and small business size standard for procurement are 238210 and $16.SM, respectively. This action is a small business set-aside. All vendors shall be registered and have an active UEI number in SAM.gov in order to quote. SUBMISSION INSTRUCTIONS Each Quoter is requested to submit an electronic version of your business' price quote. The electronic version shall be submitted to the Contract Specialist Ameka Ali at Ameka.Ali@fema.dhs.gov. Electronic submission of your quote is due no later than 9am PST, Monday, August 21, 2023. Quesions regarding this solicitation should be emailed to ameka.ali@fema.dhs.gov; which are due by 1:00 pm PST, Thursday, August 17, 2023, Questions received after this time may not be considered. Please contact Leslie Mariano at leslie.mariano@fema.DHS.gov and cc: Robert Moore at robert.moore@fema.dhs.gov to coordinate the a site visit at FEMA Region 9, 546 Bonney Loop Bldg. 520, Ft. Shafter, HI 96858-5000. All quote submissions must include the following information (preferably to be provided on the quote submission cover letter): 1. Tax Identification Number (TIN) 2. Unique Entity Identification (UEI) 3. Contract Name 4. Contact Email address 5. Contract telephone and fax number 6. Complete business mailing address The offeror must be determined responsible in accordance with FAR 9.104. The Government reserves the right to request additional information from the offeror and to review sources such as CPARS and FAPIIS to make this determination. Offerors must complete and submit the Contractor's Statement of Assurances. (See Attachment) The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications -Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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): 52.209-6, 52.209-9, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-4, 52.223-5, 52.223-6, 52.223-9, 52.223-10, 52.223-15, 52.223-18, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. EVALUATION CRITERIA AND BASIS FOR AWARD A single award will be made to the responsible offeror submitting an overall quote that is determined most advantageous to the Government, price and other factors considered. The following technical factors will be used to evaluate offers: Factor 1 - Technical Solution The Government will give preference to local offerors with the lowest price and have complied with the submission and evaluation requirements listed in this document as set forth in provisions FAR 52.226-3, 52.226-4 and 52.226-5. Factor 2 - Price Quoters shall complete full breakdown including labor, materials, Overhead, profit, etc. Pricing Instructions: Offerors shall include a price proposal in response to the Statement of Work in the following format at a minimum: CLIN 0001 : Uninterruptable Power Supply (UPS) system Equipment CLIN 0002 : LABOR CLIN 0003 : Service Agreement Factor 3 - Past Performance & Company Experience The submitted past performance experiences shall be of contractual work that is similar to the requirements set forth in this solicitation. The Quoter shall identify at least (2) contracts/task orders that demonstrate recent and relevant past performance. Past experience summaries shall be for projects completed in the last three years or currently in process, which are of similar size, scope, and complexity relevant to the effort required by this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of State and local governments, and commercial customers. Contracts with the parent or an affiliate of the offeror may not be used. The following information shall be provided for each referenced contract: a. Program title or product name b. Contract number c. Contract type d. Brief synopsis of work performed e. Brief discussion of how the work performed is relevant to this solicitatation f. Contract Value The Government will consider the above information, as well as information obtained from any other sources, when evaluating the offeror's experience. The past performance evaluation will assess the Offeror's record of relevant and recent work for government and private sector clients.

3 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

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.