Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2006 FBO #1729
SOLICITATION NOTICE

61 -- UNINTERRUPTIBLE POWER SOURCE (UPS)AND COMPONENTS

Notice Date
8/19/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
N00604 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060406R0340
 
Response Due
8/24/2006
 
Archive Date
9/23/2006
 
Description
The Fleet and Industrial Supply Center, Regional Contracting Department, Pearl Harbor, Hawaii has a requirement for Uninterruptible Power Systems (UPS) and related accessories for the Commander, Naval Facilities Engineering Command (Hawaii), Pearl Harbor, Hawaii. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; written quotations are being required and a written solicitation will not be issued. All prospective bidders are responsible for monitoring this site for the release of amendments, if any, or other information pertaining to this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11 and Defense Change! Notice 20060711. This procurement is unrestricted. The Navy intends to enter into a firm fixed price contract for the following items: CLIN 0001: Multi-Module unit (s), Uninterruptible power system (UPS) POWERWARE 9315-300 or equivalent, 300KVA, 240 KW, 480 VAC in/480 VAC out, 60Hz., HOT-SYNC REDUNDANT RS 232 Communication Port, LCD monitor Panel, Powervision, DataFrame and SNMP capability. Building Alarm and RMP interfaces, DC Expert/Battery Management System, Hot Sync Redundant Capability, Prioritized cooling components, Quantity: two (2) units. Must include the following features: Input filters-7% THD, Powerware 1085 Battery Cabinets for 9315-300 (line-up match) or equivalent, J37 batteries in (3) battery cabinets. Provides 18 minutes of runtime at 240kW load. Provide Factory Level System Testing and Certified Test Data. Start-up Service - included. 1-year ProActive Service Plan or equivalent: includes 1 year Corrective Maintenance Coverage of UPS electronics (included). CLIN 0002: Circuit breaker, low-voltage, drawout, circuit, power, ANSI c37.13, c37.16, c37.50, and UL 1066. Circuit breaker shall be a Cutler Hammer power circuit breaker or equivalent designed for use in the existing square "D" Powerzone III 480 vac switchgear (dwg. d68- 0310634a). Circuit breaker shall be rated 30 KAIC, 800a frame size, having a trip unit with long time, short time, and instantaneous trip functions, 800a sensor, 600a rating plug, 120 vac charge/close operation. Square-D Cat. no. DS-206 or equivalent. Quantity: One (1) Lot. CLIN 0003: HEATER, THERMAL OVERLOAD STANDARD TRIP, CLASS 20 INCLUDES 3 EA HEATER PACKS, CUTLER HAMMER H2011B-3 or equivalent. Quantity: Two (2) EA. CLIN 0004: STARTER, MOTOR, NON-REVERSING, MAGNETIC,3 PHASE, 3 POLE, 480 VAC, 27 AMP CONTINUOUS RATING, 60 HZ, 3 LEG PROTECTION, NEMA SIZE 1, 10 MAX. HP, 120 VAC COIL VOLTAGE 60 HZ., ONE NORMALLY OPEN CONTACT FOR HOLDING INTERLOCK, LINE AND LOAD PRESSURE TYPE TERMINALS, CUTLER-HAMMER CAT. NO. ECN0501AAA (or equivalent) WITH NEMA 1 ENCLOSURE. Quantity: Two (2) EA. CLIN 0005: CABINET--Description: Pull-Junction Boxes: Type - Pull/Junction Enclosure; Material - Steel; Finish - Gray; NEMA - 1; Cover Type - Screw-On; Knockouts - None; Dimension - Width (in) - 30.00; Dimension - Height (in) - 30.00; Dimension - Depth (in) -12.00; Optional Panel - None; Mounting - Surface, Internal Holes. Quantity: One (1) EA. CLIN 0006: CIRCUIT BREAKER, ENCLOSED, 3P600A, 480 VAC,COMPLETE FACTORY ASSEMBLED CIRCUIT BREAKER CONSISTING OF FRAME, TRIP UNIT, LINE & LOAD 350 MCM AWG TERMINALS W/NEMA 1 SURFACE MOUNTED ENCLOSURE, CIRCUIT BREAKER RATED AT 14 KAIC AT 480 VAC; CUTLER HAMMER CKT. BRKR CAT. NO. LDB3600 (or equivalent) W/CUTLER HAMMER ENCLOSURE CAT. NO. SLDN600 (or equivalent). Quantity: Two (2) EA. CLIN 0007: CIRCUIT BREAKER,ENCLOSED, 3P450A, 480 VAC, COMPLETE FACTORY ASSEMBLED CIRCUIT BREAKER CONSISTING OF FRAME, TRIP UNIT, LINE & LOAD 350 MCM AWG TERMINALS W/NEMA 1 SURFACE MOUNTED ENCLOSURE, CIRCUIT BREAKER RATED AT 14 KAIC AT 480 VAC; CUTLER HAMMER CKT.BRKR CAT. NO. LDB3450 (or equivalent) W/CUTLER HAMMER ENCLOSURE CAT. NO. SLDN600 (or equivalent). Quantity: Four (4) EA. CLIN 0008: CIRCUIT BREAKER 3P20A, 277/480 VAC MAX THERMAL MAGNETIC TRIP, BOLT ON TYPE CUTLER HAMMER CAT NOS GHB 3020 (or equivalent). Quantity: Two (2) EA. CLIN 0009: 42 CIRCUIT PANELBOARD, MULTI-SECTION, CONSISTING OF THREE EACH 42 CIRCUIT SECTIONS RATE 208Y/120 VAC, 3 POHASE, 4-WIRE, SN, 225A, 10 KAIC FULLY RATED, SURFACE MOUNTED NEMA 1 ENCLOSURE, TWO SECTIONS WITH FEED THROUGH LUGS OPTION. EACH SECTION SHALL BE EQUIPPED WITH 30 EACH 1P20A INDUSTRIAL BOLTED BRANCH CIRCUIT BREAKERS. CUTLER HAMMER PANELBOARD POW-R-LINE 1A OR EQUAL. Quantity: Two (2) EA. CLIN 0010: DISTRIBUTION PANEL SYSTEM, INTEGRATED FACILITY, LOW VOLTAGE POWER CENTER. SYSTEM SHALL CONSIST OF THE FOLLOWING: 3P450A, 480 VAC, MAIN CIRCUIT BREAKER WITH 120 VAC SHUNT TRIP; 300 KVA TRANSFORMER, 480VAC-208 VAC/120 VAC, 3 PHASE, 4-WIRE, 60 HZ GENERAL PURPOSE LOW SOUND (-3db), 150 DEG. RISE, COPPER WINDINGS; 208Y/120 VAC, 3 PHASE, 4-WIRE DISTRIBUTION SECTION WITH 1,000A MAIN CIRCUIT BREAKER, (6) EACH BRANCH CIRCUIT BREAKERS AND (4) EACH PROVISION FOR FUTURE 3P225A BREAKERS; INTEGRAL 120KA TRANSIENT VOLTAGE SURGE SUPPRESSOR; CUTLER-HAMMER INTEGRATED FACILITY OR EQUAL. QUANTITY: One (1) EA. CLIN 0011: Shipping cost to Pearl Harbor, Hawaii 96860 for above items. Acceptance shall be made at destination, Naval Facilities Engineering Command Hawaii, Pearl Harbor, Hawaii 96860-5470. The provisions at FAR 52.212-1, Instructions to Offeror?Commercial; and FAR 52.212-3, Offeror Representations and Certifications?Commercial Items, apply to this requirement. Solicitation Number N00604-06-R-0340 is hereby issued as a Request for Proposal (RFP). The NAICS code is 335999, 500 employees. Offerors must be registered in the Central Contractor Registration (CCR) to be eligible for Department of Defense contract awards. THIS IS A REQUEST FOR COMPETITIVE QUOTES. Offeror shall price all CLINs. In the event the unit prices and extended prices are ambiguous, the government shall use the indicated unit prices for evaluation and award purposes. Offeror shall submit a completed copy of the provision at FAR 52.212-3 and DFARS 252.212-7000 with its quote, along with the certification required by DFARS 252.225-7000, Buy American Act ? Balance of Payments Program Certificate. The following FAR clauses and provisions apply to the requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions?Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order?Commercial Items; DFARS 252.232-7010. The following clauses under FAR 52.212-5 apply to this requirement: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child-Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13. Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration; FAR 52.215-5 Facsimile Proposals. D FARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisition of Commercial Items includes the following clauses incorporated by reference: DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.247-7023, Transportation of Supplies by Sea. The following clauses also apply: DFARS 252.204-7004, Required Central Contractor Registration, DFARS 252.204-7001 Commercial and Government Entity (CAGE) Reporting, DFARS 252.225-7000 Buy American Act ? Balance of Payments Program Certificate, DFARS 252.225-7001 Buy American Act and Balance of Payments Program. These clauses may be obtained via the Internet at FAR site: http://www.arnet.gov/far and DFARS site: http://www.acq.ods.mil/dars/dfars.html. See attachment to this combined synopsis/solicitation for DFARS 252.225 full text, FISC Pearl Harbor and NAVSUP clauses. All amendments and notices shall be posted at http://www.neco.navy.mil as well as http://www.fbo.gov. It is the offeror?s responsibility to check the websites periodically for any amendments or notices to this solicitation. Quotes shall be emailed to patricia.murakami@navy.mil no later than 10:00 A.M. Hawaii Standard Time, 24 August 2006. Facsimile proposals will be accepted at (808) 473-0811.
 
Record
SN01120528-W 20060821/060819220536 (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.