Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

N -- AMENDMENT TO ANNOUNCEMENT E992906A032 N-Provide and Install New Galaxy 4000 Data Center UPS OR EQUAL. See Description for details.

Notice Date
9/15/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
Q992906B032
 
Response Due
9/19/2006
 
Archive Date
9/15/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THE FOLLOWING IS PROVIDED AS CLARIFICATION TO SITE VISIT QUESTIONS SUBMITTED ON SEPTEMBER 13, 2006. 1. QUESTION: Please confirm that you do require an External Maintenance Bypass Cabinet. Govt Response: YES 2. QUESTION: The window for the cutover is listed as after 6PM; what is the intent for the following day and what days of the week does this apply to? Govt Response: Short periods of downtime (1-2 hours) can be done after 6:00 PM during the business weekdays. Extended downtime (5-6 hours) need to be done during the weekend. Downtime needs to be kept to a minimum since the facility is a major hub for data communications that could affect emergency notifications and cause loss of life or property. 3. QUESTION: What is the desired battery back-up time? Govt Response: A minimum of 10 minutes run time at full load is required. 4. QUESTION: Unless we're missing it, we don't see any delivery schedule and/or completion date-please clarify. Govt Response: Completion date is not later than December 30, 2006. 5. QUESTION: Please confirm what the removal of the existing unit consists of; i.e. where do we have to locate it within the building and be done with our "moving" labor Govt Response: The existing equipment will be removed from its current location and placed in a temporary holding space on the first floor. Appropriate labor catagories are to be used in all work proposed under this solicitation. 6. QUESTION: Regarding the proposal format, are we limited to a quantity of pages and is the expectation for a full descriptive methodology, or simply price and manufacturers cut sheets? Govt Response: The solicitation stated: "Manufacture's literature of the proposed UPS system must accompany your quote to evaluate technical responsiveness". There is no page limit limitation. But the vendors should only submit the required cut sheets they feel can convey the pertinent data of the proposed UPS equipment for Government evaluation. 7. QUESTION: Will the award be based on best responsive bidder (methodology, history, qualifications, etc) or is the lowest price the only criteria Govt Response: The method used will be Lowest Price Technically Acceptable (LPTA). Past Performance is always considered in Federal Contracting. ALL OTHER REQUIREMENTS, TERMS AND CONDITIONS BELOW REMAIN UNCHANGED BY THIS AMENDMENT. -------------------------------------------------------------------------------------------------------------------------------- ANNOUNCEMENT E992906A032: CORRECTION TO ANNOUNCEMENT E9929060032, RFQ# Q9929060032, PROVIDE AND INSTALL NEW MGE GALAXY 4000 DATA CENTER UPS OR EQUAL. THE QUOTE DUE DATE IN THE DESCRIPTION BLOCK OF THE ABOVE-REFERENCED COMBINED SYNOPSIS/SOLICITATION ANNOUNCEMENT WAS LISTED AS 19 AUGUST 2006. IT HAS BEEN CHANGED TO READ 19 SEPTEMBER 2006. NO OTHER CHANGES ARE REFLECTED IN THIS DESCRIPTION BLOCK. Description: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), number Q9929060032 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-09. This is total small business set-aside procurement. The Small Business size standard is $6 mil. The NAICS is 811310. The contract will be awarded as a purchase order using simplified acquisition procedures in accordance with the provisions of FAR 13.5. The requirement is for providing and installing a new Uninterruptible Power Supply (UPS) system for the purpose of providing continuous conditioned power to the network infrastructure for the National Park Service, Alaska Regional Office located at 240 W. 5th Ave., Anchorage, AK 99501. When responding to this RFQ contractors shall provide pricing as follows: CLIN 0001, Provide and Install MGE Galaxy 4000 Data Center UPS OR EQUAL and disconnect and remove existing 18KVA UPS system; turn over to NPS IT Personnel for disposition. $_____________ The quote must include all costs of installation including any necessary transformers or other ancillary equipment. The proposed UPS system shall be capable of providing the following specification: 1. SCOPE. This item describes the requirements for the Contractor to provide and install a new 40KVA 3-Phase UPS System and remove the existing 18KVA UPS system at the NPS Regional Office located at 240 W. 5th Ave., Anchorage AK 99501. The old 18KVA UPS system once removed will be turned over to NPS IT Personnel for Government disposition. (Government retains ownership). 2. REQUIREMENTS FOR THE UPS SYSTEM: The UPS system will replace an existing single phase, 18KVA UPS system with a minimum of a 3-phase 40 KVA system. The building is equipped with an emergency generator which assumes the load within 2 minutes of a power interruption therefore the proposed UPS must only be rated to provide a minimum of 10 minutes of output at full load. The system will be located on the first floor, in the location of the existing UPS system, and will supply 3-phase power to one or more distribution panels in the 2nd floor server room. The proposed system must be expandable to at least 50KVA without increasing the footprint beyond the approximate 3.5 foot X 6 foot area (exclusive of transformers) occupied by the current system. The UPS system proposed must be manageable via an Ethernet network and any necessary software must be Microsoft Windows compatible. 3. SPECIFICATIONS: All UPS power distribution must be from a breaker panel located in the server room. The preferred location for the distribution panel is indicated on the accompanying server room diagram along with the existing Electrical panels and UPS outlets. The existing 110 volt UPS outlets on the walls and near the 72 inch racks will be moved over to the new UPS system. The 110 volt UPS outlets above the cabinets will be replaced with new outlets located more toward the front of the cabinets. The panel nearest the door is a 3 phase 208/120 volt 100 amp panel that feeds the non-UPS outlets in the server room as well as lights and outlets in the adjoining Information Technology office and lab areas. It also feeds the network distribution rooms on each floor. The electrical panel currently furthest from the door is a single phase panel that feeds UPS power to the thirty two (32) 110 volt and four (4) 220 volt outlets indicated by red and green triangles in the drawing. (email Andy Toller at Andrew_Toller@nps.gov for instructions to download this drawing). New 110 volt outlets must be mounted beneath the overhead wire basket location at or near the position shown on the diagram. The cabinet nearest the door is the only one requiring 220 volt power. Two (2) 110 volt outlets will be added to that cabinet. The two (2) 220 volt outlets near the 72 inch racks will be converted to 110 volt UPS outlets. All outlets will be locking to eliminate the adaptors currently in use. The UPS outlets along the wall currently are fed with a single 20 AMP circuit for four (4) outlets while the other UPS outlets are fed with two (2) 20 AMP circuits each feeding duplex outlet. The outlets that are just being switched from the old UPS to the new UPS will not change this scheme, however, the outlets being replaced above the cabinets will only require one (1) locking outlet per circuit. The panel(s) installed will have sufficient breaker capacity to increase the number of 110 volt UPS circuits from forty-two (42) to sixty (60) so that future expansion will only require the addition of circuit breakers, conduit and outlets within the room. The installation must include a "computer room kill switch" installation next to the server room door that will remove power from all UPS outlets in the event of an emergency. The switch must be physically protected from accidental activation. The NPS may specify the location of up to an additional five (5) UPS outlet locations during installation and should be addressed in the contractor's quote. The project must include the complete and accurate labeling of all circuits and circuit breaker panels. 4. PHASING/SCHEDULING OF WORK (PROPOSED): The installation must be accomplished with a minimum of interruption of service. To accomplish this, the following procedure will be followed: 1. The new distribution panel(s) and new 110 volt outlets will be installed and wired. 2. The existing system will be switched to bypass (moving the load directly to commercial power) and then the existing UPS can be disconnected. 3. The new UPS system will be installed and wired, tested and activated. The unused 110 volt outlets on the walls and the 110 volt outlets near the 72 inch racks that will transition to the new UPS can be moved to the new panel at this time. The unused 220 volt outlets near the 72 inch racks may be rewired as 110 volt at this time (one will be relocated two (2) feet at this time). 4. Equipment with redundant power supplies will be moved (hot) from the old outlets to the new UPS outlets during normal business hours. 5. The switchover of any equipment that is both critical and does not have redundant power supplies as well as the 220 volt ESN equipment will be scheduled after 6:00 PM in coordination with NPS IT Personnel. 6. Distribution rooms on each of the floors can be switched from their current panel to the new UPS panel during normal business hours. 7. The bypass switch, the old single phase panel, the abandoned 110 volt outlets and all associated conduit can be removed at the end of this work schedule. NOTE: The NPS is open to a different sequencing proposal which constitutes an improvement over the above description without increasing the length of disruption in service. 5. SCHEDULED SITE VISIT: There is a scheduled site visit set for September 12, 2006 starting at 1:00 PM local time. Interested vendors should meet NPS personnel in the lobby of the NPS Alaska Regional Office at 240 W. 5th Ave., Anchorage, AK 99501 at 1:00 PM where they will be escorted as a group into the area where work is to be preformed. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000) applies to this acquisition; quotations submitted in response to this RFQ must include: (1) CLIN number and pricing as shown above, record of past performance for similar contracts in the form of letters of reference or contract performance ratings, full information about the proposed UPS System (Manufacturer's Literature), and Contractors full name, address, and telephone number. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is applicable to this RFQ: (a) Factors for evaluation will include price and past performance on similar type contracts; past performance and price are of approximately equal importance. 52.204-7, Central Contractor Registration www.ccr.gov, Oct 2003. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Mar 2005) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions: Commercial Items, Oct 2003, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2005). The following clauses listed in 52.212-5 are incorporated: FAR 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35 and 52.222-36, Service Contract Act of 1965, as Amended (MAY 1989) 52.222-41, 52.222-42, 52.222-44 Statement of Equivalent Rates for Federal Hires (MAY 1989), 52.225-1, 52.225-13, 52.232-1, 52.232-8, 52.232-11, 52.232-23, 52.232-33, 52.232-38, 52.233-1, 52.233-3, 52.243-1, 52.249-1, 52.253-1. The following DOL Wage rate determination will be incorporated as part of the resultant purchase order: OCCUPATION TITLE MINIMUM WAGE RATE: 21000 - Material Handling and Packing Occupations: 21071 - Forklift Operator $17.80; 23000 - Mechanics and Maintenance and Repair Occupations: 23125 - Cable Splicer $31.61; 23130 - Carpenter, Maintenance $23.24; 23160 - Electrician, Maintenance $28.07; 23181 - Electronics Technician, Maintenance I $21.21; 23182 - Electronics Technician, Maintenance II $30.22; 23183 - Electronics Technician, Maintenance III $32.77; 23370 - General Maintenance Worker $20.43; 23440 - Heavy Equipment Operator $27.85; 23470 - Laborer $13.51; 23890 - Sheet-Metal Worker, Maintenance $25.83; 23930 - Telecommunication Mechanic I $23.93; 23931 - Telecommunication Mechanic II $27.34; 23950 - Telephone Lineman $23.93; 23960 - Welder, Combination, Maintenance $23.10; 23970 - Woodcraft Worker $24.47; 23980 - Woodworker $20.12 Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Submitted quotes shall have the contractor's Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 19 SEPTEMBER 2006, 5:00 P.M. Local Time. Quotations received after that date and time will not be considered. Proposals may be submitted via FAX to 907/644-3802 ATTN: Andy Toller or by email to Andrew_Toller@nps.gov. Point of Contact Andy Toller, Contract Specialist, Phone (907) 644-3312, Fax (907) 644-3802, Email: Andrew_Toller@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2308414)
 
Place of Performance
Address: National Park Service, Alaska Regional Office 240 W. 5th Ave. Anchorage, AK 99501
Zip Code: 99501
Country: United States
 
Record
SN01145409-W 20060917/060915221632 (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.