Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2002 FBO #0194
SOLICITATION NOTICE

61 -- HYBRID 120 VOLT POWER UNIT FOR BIA OFFICE OF LAW ENFORCEMENT SERVICES

Notice Date
6/12/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
BIA/OIEP/SCHOOL OPERATIONS; BRANCH OF CONTRACTS & GRANTS; P.O. BOX 829; ALBUQUERQUE, NM 87103
 
ZIP Code
87103
 
Solicitation Number
RMK0E020134
 
Response Due
7/8/2002
 
Archive Date
8/7/2002
 
Point of Contact
BRENDELL GALLEGOS (505) 248-6952
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, RMK0E020134, is issued as a Request for Quote (RFQ) under test procedures of FAR 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 97-26. The North American Industry classification (NAICS) code is 234920 and the business size maximum is $19.0 million. The proposed contract will be set-aside for Indian-Owned Firms. The contractor will be required to provide photovoltaic/generator hybrid power units to support the telecommunications program within the Bureau of Indian Affairs, Office of Law Enforcement Services (OLES) located in Albuquerque, NM. OLES has a requirement to implement in the field, Narrowband Project 25, two-way radio systems. The OLES telecommunication program has started the implementation of the two-way radio systems. The requirement of the two-way radio systems requires a durable, reliable power source. The proposed units must deliver 120VAC to power the communications equipment that will be installed in the field at fifteen (15) location sites, which will be provided upon request. The proposed units must also offer a reliable redundant power source backup. The contractor shall provide fully tested, pre-assembled systems that are engineered to high standards and specifications promulgated by government industries, and technical societies that include the National Electric Code (NEC) Article 609 and the Underwriters Laboratories (UL) 1741, 1703 & 580. ANSI/IEEE Standards 519-1992, 928-1986, 929-1988, 1001-1988 and 1035-1989 and any other proprietary technical report that may be specific to the proposed system. The contractor shall provide documentation that can easily show a record of t ation. All set points and individual battery voltages need to be verified and documented with the results dated and attached to the inside of each system?s equipment enclosure. The systems shall be self-contained, factory assembled, fully tested prior to delivery and integrated in such a way that can facilitate on-site Plug and Play operation. In addition, the system should not require a foundation platform and needs to withstand 90mph winds without sustaining physical damage nor be in danger of overturning. The systems need to be designed and built to withstand the rough environmental conditions associated with remote, high altitude locations. Performance Requirements: Description of Work. The contractor shall provide 16 complete systems that include the following in each one of them: 1) 12 each 100 watt UL listed PV modules; 2) mounted on automatic/manual, motorized two-axis tracking system; 3) 8 each gel-cell batteries, rated at 255 amp/hour each; 4) installed in a passively cooled environmentally sealed battery box; 5) power conditioning equipment including programmable true-sine wave inverter, AC/DC disconnects, programmable charge controller, AC 110-volt outlet; 6) 7,000 watt propane powered generator with auto-start capabilities; 7) 120 gallon propane tank; 8) Remote data acquisition system with satellite transmission capabilities; 9) Trailer capable, steel frame mounting system, power coated with the following dimensions: Length 14.5 feet; Width 5.5. feet; Height 12.5 feet; Weight Approximately 4,000 lbs. Place of Performance: The contractor shall deliver, off-load, wire, fuel, and place the system into operation and conduct a complete system?s check in accordance with proper engineering standards and those included in the User, Operation and Maintenance manual. The contractor shall also assist the on-site RF engineer in resolving any signal interference problems that can be related to the power system affecting the performance of the communication equipment. Training Requirements: Training ime of delivery and will include the use, operation and maintenance of the power system with an emphasis on the battery charging of the PV array, inverter capabilities, functions and status, battery low voltage and overcharge protection, operation and maintenance of the generator, charging set points and the tracking system?s maintenance and operation. Offerors must include a completed copy of the provision 52.212-3, Offeror Representations and Certification/Commercial Items with their proposal. If the offeror does not have a copy of this provision, contact the contract specialist to receive a copy. Provision 52.252-1 Solicitation Provisions Incorporated by reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given if full text. Upon request, The Contracting Specialist will make their full text available (End of Provision). The provisions at FAR 52.212-1 Instructions to Offerors ? Commercial Items, FAR 52.212-3 Offeror Representations of Certifications all apply to this acquisition. The clauses at FAR 52.212-2; Clauses Incorporated by Reference, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items, FAR 52.219-6; Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR 52.233-3 Protest after Award, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative Action for Disabled Veterans of the Vietnam Era, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52.243-1 Changes Fixed Price (Alt I), FAR 52.212-4 Contract Terms and Conditions Commercial Items, FAR 52.222-41 Service Contract Act of 1965 (as amended), FAR 52.242-15 Stop Work Order, FAR 52,242-17 Government Delay of Work, Department of the Interior Acquisit rence, DIAR 1452.226-71 Indian Preference Program, DIAR 1452.204-70 Release of Claims. Award will be based on lowest responsive overall acceptable proposal, as submitted by a responsible offeror & ability to provide all the above requirements. Pricing will include all charges/fees. Proposals will be submitted in writing and signed by an individual with the authority to bind their respective company, electronic submissions via fax are acceptable. You may mail your proposal to BIA/OIEP/School Operations, Division of Contracting and Grants, 500 Gold Avenue SW, 7th Floor, Albuquerque, NM 87103, or you can fax your proposal to (505) 248-6941. Please limit proposals to 10 pages total. Proposals will be accepted until 4:00 p.m. (Mountain Standard Time), July 8, 2002. If there are any questions concerning the scope of work, direct your questions to the project engineer, Byron Carr at (505) 269-1563.
 
Place of Performance
Address: BIA/OLES, P.O. BOX 66, ALBUQUERQUE, NM
Zip Code: 87103
Country: U.S.A.
 
Record
SN00092448-W 20020614/020613084818 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.