Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2005 FBO #1249
SOLICITATION NOTICE

J -- Maintenance of UPS Units

Notice Date
4/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
DHS - Emergency Preparedness and Response, Federal Emergency Management Agency, MWEOC Acquisition Section, 19844 Blue Ridge Mountain Road, State Route 601, Bluemont, VA, 20135
 
ZIP Code
20135
 
Solicitation Number
HSFEMW-05-Q-0014
 
Response Due
5/18/2005
 
Archive Date
6/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for 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 will not be issued. HSFEMW-05-Q-0014, issued as a Request for Quotation (RFQ), is for the purchase of maintenance services which are to be performed on Government-owned UPS units located at FEMA?s Mt. Weather Emergency Operations Center (MWEOC), Bluemont, VA 20135. The solicitation document and incorporated provisions and clauses are those in effect under Federal Acquisition Regulation, issued March 2005. This procurement is a small business set-aside. The NAICS code is 811212, small business size standard $21.0M. It is anticipated that only one award will result from this solicitation via the issuance of a firm fixed-price simplified acquisition/commercial services order. Maintenance services are to be provided at the Bluemont, VA location and the successful Contractor must possess a current Top Secret facility clearance and have Top Secret cleared qualified personnel available to perform the services. The anticipated period of performance will be a base year from 08/01/2005 through 07/31/2006, to include four consecutive option years, subject to the availability of current fiscal year funds. The resultant award document will contain Item No. 001: Preventative Maintenance, based on a monthly preventative maintenance charge and Item No. 002: Remedial Maintenance, based on hourly rates, to include any required repair/spare parts. Item No. 002 will be awarded as an Estimated, Not-To-Exceed, l LOT amount. The Contractor will be reimbursed from this line item for costs associated with remedial maintenance performed and any associated repair/spare parts required during the remedial maintenance. STATEMENT OF WORK: 1.0 GENERAL: The Contractor shall provide preventive and remedial maintenance services on all UPS units listed in Paragraph 6.0. The equipment and associated batteries shall be kept in good operating condition and shall be maintained in accordance with the Original Equipment Manufacturer's (OEM) maintenance specifications and schedules. 1.1 Changes During the Contract Term: If any of the UPS units covered by the resultant contract are taken out of service or otherwise removed during the term of the contract, the associated cost shall be deducted from the overall contract cost accordingly. Also, new UPS units may be added during the term of the contract at a mutually agreeable additional cost. 1.2 Maintenance Limitations: Due to the variety of UPS equipment manufacturers included in this contract, it is understood that full maintenance services may not be available for all of the equipment from one Contractor. If there are any such limitations, they should be listed in detail in the offeror?s proposal. 2.0 SECURITY REQUIREMENTS: Contractor service personnel must comply with MWEOC security requirements. Some of the UPS units to be maintained under this contract are located in areas that require a TOP SECRET security clearance to access. 3.0 PREVENTIVE MAINTENANCE: All preventive maintenance shall be scheduled at least 14 calendar days in advance with the Contracting Officer?s Technical Representative (COTR) and shall be performed during the Principal Period of Maintenance (PPM) hours of 7:00 A.M. - 4:30 P.M. Monday through Friday, EST, excluding federal holidays. 3.1 Preventive Maintenance Report: A preventive maintenance report shall be furnished to the COTR upon completion of each preventive maintenance call. The report shall include: a. Date of scheduled maintenance, b. Date and time of arrival, c. Hours performing maintenance, d. Listing of parts replaced or repaired. 3.2 Preventive Maintenance Materials: The cost of consumable materials normally used during preventive maintenance, such as air filters, link grease, distilled water, etc. shall be included in the preventive maintenance unit price. 4.0 REMEDIAL MAINTENANCE: Contractor shall maintain a 24 hour per day, seven day per week telephone contact or employ an answering service for notification by the Government of the need for remedial maintenance. Reimbursement for remedial maintenance to the Contractor shall be in accordance with the hourly rates and repair/spare parts price list identified in the price proposal. 5.0 RESPONSE TIME: Upon notification that equipment is inoperative, during the PPM (i.e., 7 AM ? 4:30 PM) a four-hour response is required. Outside the PPM, a best effort basis not to exceed 24 hours is expected. A remedial maintenance report equivalent to the preventive maintenance report is required at the completion of the work effort. Only new standard parts and parts of equal quality shall be used in affecting repairs. Associated equipment shall not be shutdown without prior approval of the COTR. 6.0 EQUIPMENT TO BE MAINTAINED: The following UPS equipment and associated batteries shall be covered by the maintenance contract. A. Powerware # 9315 ? 50, Serial # EV073ZBA06, 50 kVA, 208Y/120 VAC input/output, Battery - 80 ea. C&D #UPS12-100. B. Mitsubishi #UP2033A-E503SU-2, Serial # 03-GNOFQ1-02, 50 kVA, 208Y/120 VAC input/output, Battery ? 60 ea. Power Battery # TC-1255S. C. Exide Electronics Powerware Plus # 36/24, Serial # BQ384A0034, 24 kVA, 208Y/120 VAC input/output, Battery ? 40 ea. Yuasa #NPX-150R. D. Best Power # FE18KVA, Serial # FE18K03125, 18 kVA, 208 VAC input, 120/208 VAC single-phase output, Battery ? 10 ea. Best Power #BAT-0103. E. International Power Systems ?Durable Power? # 6348-100H-6320-STWK-1835, Serial # 8720089, 125 kVA, 480 VAC Delta Input, 208Y/120 VAC Output, Battery ? 60 ea. Johnson Controls Model UPS12-300. F. Exide Electronics # 6060, Serial # 20H006340DMB, 60 kW, 480 VAC Delta Input, 208Y/120 VAC Output, Battery ? 80 ea. Powersonic #PS12400. G. Exide Electronics Series 3000, 2 Module, redundant inverter, Model # Module 1 ? 208-180T3-120/208, Model # Module 2 ? 208-180P3-120/208, Catalog # Module 1 ? 101 710 437 77624, Catalog # Module 2 ? 101 710 438 77624, Serial # 77624, 180 kW, 208Y/120 VAC input/output, Battery ? 60 ea. C&D #UPS12-475FR. H. Mitsubishi # UP9733A-D154SU-2, Serial # 03-GRWL01-01, 160 kVA, 208Y/120 VAC input/output, Battery ? 60 ea. Power Battery #TC-12150C. I. Lorain/Marconi Inverter/Rectifier/Battery Unit, Inverter Model # WDA 502B, Inverter Serial # 5177-317, Rectifier Model # RL 100F50 (4 ea.), Rectifier Serial Nos. 1837, 1856, 1860, 1861, Battery - 24 ea. C&D #LCT1008. J. Powerware SO842AU131AE000, Serial # BK483A0294, 8 kVA, 208Y/120 VAC input/output, Battery - 240 ea. Yuasa #NP7-12. K. Powerware #SO842AU131AE000, Serial # BL061A0366, 8 kVA, 208Y/120 VAC input/output, Battery - 40 ea. Yuasa #NP18-12FR. L. Powerware # SO842AU131AE000, Serial # BL086A0358, 8 kVA, 208Y/120 VAC input/output, Battery ? 40 ea. Yuasa #NP18-12B. M. APC Silcon # SL30KFB2, Serial # EE0147000212, 30 kVA, 208Y/120 VAC input/output, Battery ? 128 ea. 12 Volt 7AH. N. APC Symmetra PX #SYCF40KF, Serial # ED0490000059, 20 kW, 208Y/120 VAC input/output, Battery ? 16 ea. APC #SYBTU1-PLP. O. APC Symmetra PX #SYCF40KF, Serial # ED0412000002, 20 kW, 208Y/120 VAC input/output, Battery ? 16 ea. APC #SYBTU1-PLP. P. Liebert ?Npower? #375A065CCC6E012, Serial # 37-4605, 65 kVA, 208Y/120 VAC input/output, Battery ? 40 ea. C&D #UPS12-200FR. Q. Powerware # 9315-160, Serial # EV032ZBA07, 130 kVA, 208Y/120 VAC input/output, Battery ? 80 ea. C&D #UPS12-310FR. R. Powerware # 9315-160, Serial # EV025ZBA03, 130 kVA, Voltage ? 208Y/120 VAC input/output, Battery ? 80 ea. C&D #UPS12-310FR. S. Powerware # 9315-50, Serial # EV134ZBA06, 50 kVA, Voltage ? 208Y/120 VAC input/output, Battery ? 40 ea. C&D #UPS12-170FR. The provision at FAR 52.212-1, Instructions to Offerors?Commercial Items, applies to this acquisition. The provision at FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition. NOTE: In order for an offeror?s proposal to be evaluated, the offeror must provide clear and convincing evidence that they possess a valid Top Secret Facility Clearance and have sufficient Top Secret cleared personnel (i.e., service technicians) to perform the work efforts at the time of proposal submission. If the offeror does not provide this evidence, the proposal will not be evaluated further and the offeror will not be considered for award. The technical evaluation factors follow, with the most important factor listed first and the others listed in descending order of importance. A. Contractor must have been in the UPS maintenance business for at least four years and must show demonstrated experience and competence in maintaining UPS units of the make and type listed. B. C., & D. are of equal importance. B. Contractor must show demonstrated technical aptitude to understand the work to be accomplished, with competent personnel for estimating UPS and/or similar maintenance contracts. C. Service technicians must show evidence of proper training for UPS maintenance. This should include a background in basic electricity and electronics by technical schools or through approved apprenticeship programs and specialized training for the specific makes and type of equipment included in the contract. Technicians must have at least four years experience in servicing the type equipment mentioned in the contract. D. Contractor must show evidence of technical support on staff to assist servicing technicians in hardware repairs. E. and F. are of equal importance. E. Service technicians must show experience in using oscilloscopes, electrical and electronic test meters, and associated tools of the trade. F. Contractor must maintain replacement parts inventory to correct malfunctioning equipment within a 72-hr period. G., H., and I. are of equal importance. G. Contractor must have an adequate number of qualified technicians on duty or call to support the contract. H. Contractor must be capable of a 4-hr response time for remedial maintenance. I. Contractor must maintain a 24-hr, 7-day per week telephone contact. The pricing proposal shall contain costs for the base year and four option years, broken down into two line items for each year ? one line item for the monthly preventive maintenance and one line time that shows the remedial maintenance costs (i.e., hourly labor rates during and outside the PPM and associated travel costs). The proposed hourly labor rates should be loaded rates (i.e., includes overhead and profit). NOTE: The offeror must provide, as a part of the proposal response, a copy of their current Repair/Spare Parts List. Past performance information shall be submitted with a minimum of three references/maximum of five, to include a current point of contact and telephone number, for projects within the scope and complexity of this requirement. Past performance evaluations will examine how the offeror?s past performance validates expected performance and customer satisfaction for the Government. Technical and past performance, when combined, are of greater importance than price. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, with their response. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and the following clauses are incorporated as an addendum: A. FAR 52.204-2, Security Requirements AUG 1996, B. FAR 52.217-9, Option to Extend the Term of the Contract, C. FAR 52.228-5, Insurance?Work on a Government Installation JAN 1997, D. FAR 52.232-18, Availability of Funds APR 1984, E. HSAR (Homeland Security Acquisition Regulation) 228-70, Insurance DEC 2003, F. HSAR 237-70, Qualifications of Contractor Employees DEC 2003, G. HSAR 3052.242-72, Contracting Officer?s Technical Representative DEC 2003. (NOTE: All referenced FAR provisions and clauses may be accessed electronically at http://www.arnet.gov/far and HSAR provisions and clauses may be accessed electronically at http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_With_Notice_04-01.pdf. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition and the following additional FAR clauses apply: 52.203-6, 52.219-6, 52.219-14, 52.222-3. 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33. The successful Contractor must be able to meet all responsibility standards outlined in FAR 9.104-1. Offerors are also required to complete and provide with their response the clause found at FAR 52.222-48, Exemption from Application of Service Contract Act Provisions for Contracts for Maintenance, Calibration, and/or Repair of Certain Information Technology, Scientific and Medical and/or Office and Business Equipment?Contractor Certification. Written responses to this RFQ must be received no later than 3:00 PM/EST, 05/18/2005 and shall be addressed to Federal Emergency Management Agency, Mt. Weather Emergency Operations Center, 19844 Blue Ridge Mountain Road, Bluemont, VA 20135, ATTN: Sandi Nixon/Bldg. 413. An original and 1 copy of the response is required (only one copy of the Repair/Spare Parts List is needed). Technical and/or administrative questions must be received no later than five business days following publication of this notice and emailed to Ms. Nixon at Sandra.nixon@dhs.gov or faxed to 540/542-2632. Amendments to this RFQ will be published in the same manner as the initial synopsis/solicitation.
 
Record
SN00795554-W 20050428/050426211559 (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.