Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2006 FBO #1721
SOLICITATION NOTICE

J -- UPS Maintenance

Notice Date
8/11/2006
 
Notice Type
Solicitation Notice
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
 
ZIP Code
33621-5000
 
Solicitation Number
F2VUEN6178A100
 
Response Due
8/22/2006
 
Archive Date
9/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and set aside for those businesses that are classified as small. This announcement constitutes the only notice. This is a Request For Quote (RFQ) and the solicitation number is F2VUEN6178A100.. The 6th Contracting Office, MacDill AFB, Tampa, Florida, requires the following UPS Maintenance Services. A Firm, Fixed Price Contract will be awarded for one year. Full Service Maintenance Agreement Unlimited corrective UPS maintenance ? All parts, labor and travel included. One major (Annual) UPS PM visit and one minor (semi-annual) UPS PM visit, both to be performed during normal working hours, (Monday-Friday, 8 AM to 5 PM, excluding holidays). On site visit for emergency repairs, response time not to exceed four hours. 7/24 Emergency phone service, toll free 800 number. Quarterly battery PM, to be performed during normal working hours (Monday-Friday, 8 AM to 5 PM) excluding holidays Equipment List Two Liebert Series 600 UPS systems One Liebert SCC 2500 Two Liebert battery systems STATEMENT OF WORK For 2 Sealed Batteries Guaranteed 4 hour on site response, 7 days/week, 24 hours/day, within 150 miles of Service Center. Includes battery recycling as required, with documentation meeting EPA requirements. Preventive Maintenance Service scheduled by the customer between 8am-5pm, Monday-Friday (excluding national holidays). Includes three quarterly and one annual PM visit. Quarterly Service Inspect the appearance and cleanliness of the battery and the battery room. Clean normal cell top dirt accumulation (to be done only with battery off-line) must be coordinated prior to visit. Measure and record the total battery float voltage and charging current. Visually inspect the jars and covers for cracks and leakage and record. Visually inspect for evidence of corrosion and record. Measure and record the ambient temperature. Verify the condition of the ventilation equipment, if applicable. Verify the integrity of the battery rack/cabinet. Randomly measure and record 105 cell temperatures. Measure and record the float voltage of all cells. Measure and record all internal impedance readings. Provide a detailed written report noting any deficiencies and corrective action(s) needed, taken and/or planned. Verify approval for battery life program. Annual Service Includes the above, Plus Clean and re-tighten all battery connections to the battery manufacturer?s specifications. Measure and record all battery connection resistances in micro-ohms, when applicable. Corrective Maintenance Performed as Required Refurbish cell connections as deemed necessary by the detailed inspection report. For 2 Liebert 600 series UPS, and a remote distribution cabinet Guaranteed 4 hour on site response, 7 days/week, 24 hours/day, within 150 miles of Service Center Includes 100% parts (excluding batteries and air filters) coverage Includes 100% labor and travel coverage 7 days/week, 24 hours/day, within the 48 contiguous state and Hawaii Includes one semi-annual and one annual preventive maintenance service scheduled by the customer between 8 AM ? 5 PM, Monday-Friday (excluding national holidays). Semi-Annual Service Perform a temperature check on all breakers, connections, and associated controls. Repair and/or report all high temperature areas. Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components. Check air filters for cleanliness. Check modules(s) completely for the following and report (if applicable): o Rectifier and inverter snubber boards for discoloration. o Power capacitor for swelling or leaking oil. o DC capacitor vent caps that have extruded more than 1/8?. o Record all voltage and current meter readings on the module control cabinet or the system control cabinet. o Measure and record harmonic trap filter currents. Annual Service Includes the Above, Plus Check the inverter and rectifier snubbers for burned or broken wires and record. Check all nuts, bolts, screws, and connectors for tightness and heat discoloration and record. Check fuses on the DC capacitor for continuity (if applicable) and record. With customer approval and coordination prior to visit, perform operational test of the system including unit transfer and battery discharge. Calibrate all electronics to system specifications and record. Install or perform Engineering Field Change Notices (FCN) as necessary. Measure and record all low voltage power supply levels. Measure and record phase to phase input voltage and currents. Review system performance with customer to address any questions and to schedule repairs. Note 1: Preventive maintenance (PM) usually requires a shut down to ensure electrical connection integrity. Note 2: Customer should check air filters monthly for cleanliness and replace as necessary. Note 3: Above maintenance does not include system control cabinet, power tie, breaker cabinets, load bus sync or maintenance bypass cabinets. Battery Inspection Service Performed during the UPS semi-annual and annual PM services Check integrity of battery cabinet (if applicable). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11. The North American Industry Classification System (NAICS) is 811211. The Standard Industrial Classification (SIC) is 7622. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hi11.af.mil or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contract Registration, FAR 52.212-1, Instructions To Offerors ? Commercial Items, FAR 52.212-2, Evaluation-Commercial Offers, FAR 52.212-4, 52.222-41 Service Contract Act of 1965 As Amended, 52.232-1 Payments Contract Terms and Conditions ? Commercial Items, 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration, is applicable, 52.237-2 Protection of Government buildings, equipment and vegetation, 52.246-1 Contractor Inspection Requirements. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders ? Commercial Items (Dev.), FAR 52.247-34,F.o.b.Destination., A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt A), Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statues Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items, DFARS 252.225-7001, Buy American Act And Balance Of Payment Program. The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 22 August 2006, 4:00 P.M. EST. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Stephen Colton, 2606 Brown Pelican Ave., MacDill AFB, FL 33621, telephone number: 813-828-6570 on or before the response time. Offers shall also be accepted via fax, 813-828-6967, or email, stephen.colton@macdill.af.mil. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number.
 
Place of Performance
Address: 2606 Brown Pelican Ave., Macdill AFB, Tampa, FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01112930-W 20060813/060811221314 (fbodaily.com)
 
Source
FedBizOpps 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.