BRAND NAME ONLY-Toshiba Corporation; Uninterrupted Power System (UPS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
-We will not accept any emailed Quotes. Please use the following linkbleow.
-This solicitation is posted on UNISON and can be reached through the link:
https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fmarketplace.unisonglobal.com%2Ffbweb%2FbuyerNavigation.do%3FbuyId%3D1204402%26resource_name%3Dmarketplace&data=05%7C02%7Ckristen.zigmont.civ%40army.mil%7C3ef0b71372124bae82ea08de39968217%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C639011515759493164%7CUnknown%7CTWFpbGZsb3d8eyJFbXB0eU1hcGkiOnRydWUsIlYiOiIwLjAuMDAwMCIsIlAiOiJXaW4zMiIsIkFOIjoiTWFpbCIsIldUIjoyfQ%3D%3D%7C0%7C%7C%7C&sdata=ZxXiDb9xx3AZJu3a%2BefdcnXNnoAf8nGd%2FTRP8EJKgmw%3D&reserved=0>
Item is Brand Name Only: Toshiba Corporation
This requirement is for a Firm Fixed Price supply contract and will be conducted as a requirement, pursued IAW Federal
Acquisition Regulation (FAR) Parts 12 (Acquisition of Commercial Items), and Parts 13 (Simplified Acquisition
Procedures).The award will be based on best value to the Government, considering price, delivery and past performance,
to the responsible offeror otherwise conforming to all solicitation requirements.
The Government reserves the right to award to other than the lowest price bidder or the earliest delivery bidder.
The delivery date specified in this solicitation is only an estimate. Please quote your best delivery date.
Offers for used, after market or grey market items will not be accepted.
To be considered for award, offerors must propose their best for all the CLINs listed in the SF1449. The offeror must also
have an active registration in the System for Award Management (SAM) https://www.sam.gov. Offerors must be found to
be responsible in accordance with FAR 9.1 and have no delinquent federal debt.
All submissions shall be submitted by the date and time specified in the solicitation. Submissions shall include pricing for
all CLINs and delivery dates.
***Effective 07 May 2025, DoD requires all installations to conduct a vetting process to determine fitness and eligibility
for access. All visitors to the installation are subject to be vetted by Automated Installation Entry and/or NCIC-III, as well
as a check of the Installation Bar List. The Contractor shall ensure its personnel have an acceptable form of identification
to access Tobyhanna Army Depot. A Department of Defense Common Access Card, a state-issued Real ID, or a U.S.-
issued passport are all acceptable forms of identification.
***Contractors shall use clause DFARS 252.225-7013 Duty Free Entry for any end products, components, or materials
imported into the customs territory of the United States to assure that appropriate shipping documentation is used to
prevent incurring duties. The contractor should reference either the solicitation number or contract number.