Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2006 FBO #1768
MODIFICATION

59 -- FY07 Battery Maintenance

Notice Date
9/27/2006
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
General Services Administration, Federal Technology Service (FTS), IT Solutions West Branch ( 4TRW), 41 N. Jefferson Street, Suite 107, Pensacola, FL, 32501
 
ZIP Code
32501
 
Solicitation Number
Reference-Number-4THO96075553
 
Response Due
9/29/2006
 
Archive Date
9/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 4THO96075553 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-09. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310. This requirement is unrestricted and any interested offerors may submit a quote. FOB Destination shall be Vicksburg, MS 39180. THIS AMENDMENT IS ISSUED TO CHANGE THE STATEMENT OF WORK AND REQUEST NEW QUOTES. Quotes are due by 11:00 a.m. Central Time on Friday, September 29, 2006. STATEMENT OF WORK Equipment: A) 2 strings of 123 jars, (246) cells on 3 tier rack Enersys Model 2DX-25B B) 3 jars (6 cells) of 2DX-25B, 1- 12V battery charger C) 1 string of (23) CC-3 50AH Enersys battery system in cabinet and 1-MCR AT10 charger SCOPE OF WORK Provide monthly, quarterly and annually preventative maintenance including annual capacity load tests as per IEEE/ANSI Std. 450-2002 and the manufacturers monthly, quarterly and annual procedures. Contractor shall provide remaining 7 years of a 10 year full product replacement warranty. Labor costs to replace cells will be at current labor rates at time of replacement. Any replaced cells shall be disposed of in accordance with DEQ/EPA regulations with death certificate provided upon complete of disposal. Contractor shall provide a response time, on site, of no more than 4 hours from initial call. All employees of contractor which are on site (property) shall have security clearance and be drug screened prior to entry. Random testing shall be conducted by contractor. PM procedures/requirements are as follows: Charger PM: -Verify input and output voltage with calibrated meter. Reading should be within 2% on nominal readings. -Inspect all other relays, diodes, SCR?s, and pilot lights in charger -check and adjust float voltage as needed -check and adjust equalize voltage as needed -with power, vacuum out system or blow out using dry clean air. -check all terminal connections. Battery PM: Monthly - (Sample Report will be provided upon receipt of email request) ? measure and record battery float voltage. - measure and record battery float current. - measure and record ambient temperature within battery room or cabinet. - inspect electrolyte levels and add water as required. - clean cell/unit tops as necessary. - measure and record pilot cell float voltage, specific gravity and electrolyte temperature. - clean racks or cabinets as necessary. - clean battery area as necessary. - record date of cleaning and inspection. - provide inspection report within 5 business days. - perform all required maintenance (inclusive) Quarterly ? measure and record the specific gravity of each cell. - measure and record the voltage of each cell/unit. - measure and record the total voltage of the system. - measure and record the electrolyte temperature of one cell/unit in each rack and row. - measure and record a random 10% of connection resistance. - add water to cells as necessary. - provide inspection report within 5 working days. Annual - (Sample Report will be provided upon receipt of email request) ? record charger output voltage - record charger output current. - record electrolyte levels. - visually inspect each cell/unit. - visually inspect each connection. - visually inspect the battery area. - measure and record ambient temperature within the battery room or cabinet. - measure and record the specific gravity of each cell. - measure and record the voltage of each cell/unit. - measure and record the total voltage of the system. - measure and record the electrolyte temperature of one cell/unit in each rack and row. - measure and record 100% of connection resistances. - measure and record torque values of each connections. - inspect the battery rack. - clean battery area as necessary. - provide inspection report within 5 working days. - complete load test of battery systems with full detailed report. NOTE: All load tests shall include graphs and detail of each cell voltage under load for duration of test. PERFORMANCE PERIOD: Performance period is 10/01/2006 - 9/30/2007. SECURITY REQUIREMENTS: DD-254 must be completed and submitted along with bid. Secret Security clearance will be required to gain access to the repair site. Support personnel must be U.S. Citizens. DISCONTINUANCE OF MAINTENANCE: The Government may, by written notice from the Contracting Officer discontinue maintenance under this contract, at no cost to the Government, thirty (30) days after receipt by the contractor of such notice, or sooner if mutually agreeable to the parties. Such discontinuance may be on a per piece-basis. TERMS: Services to be billed arrears. Net 30 days. INVOICES: The invoice shall be submitted on official company letterhead with detailed cost for each of the following categories: - Total labor charges - Travel and per diem charges (if applicable) - Total invoice amount - Prompt payment discount offered (if applicable) The government reserves the right to request additional format information to the invoice as deemed necessary. Invoices for final payment must be so identified and submitted when the task has been completed and no further charges are to be billed. The original invoice shall be submitted to: General Services Administration Greater Southwest Finance Center - 7BCP P.O. Box 17181 Fort Worth, TX 761024 A copy of the invoice shall be submitted in ITSS under task order 4THO96075553. The website address is https://it-solutions.gsa.gov. SPECIAL TERMS AND CONDITIONS: Contractor's standard terms and conditions shall be incorporated and submitted along with the quote. However, in the event of a conflict between the content of this Statement of Work and the contractor's standard terms and conditions, the content of the Statement of Work will take precedence. Contractor will provide suitably trained personnel to support the task. Due to the Engineer Research and Development Center's security requirements all contractor personnel working on this effort shall be United States citizens and capable of gaining access to the facility. Contractor must submit DD254 form for secret clearance. PROVISIONS/CLAUSES - COMMERCIAL ITEMS 52.212-1 Instructions to Offerors-Commercial (JAN 2005) The offeror must complete the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, Section 508 representations and NSA compliance certifications, etc.) directly to peggy.braxton@gsa.gov so that they are received at that email address no later than the closing date and time for this solicitation. Period of performance is 10/01/2006 - 09/30/2007. Questions should be directed to Peggy Braxton at peggy.braxton@gsa.gov. Inquiries regarding the solicitation will only be accepted by email.
 
Place of Performance
Address: 3909 Halls Ferry Road CEERD-IH Vicksburg, MS
Zip Code: 39180
Country: UNITED STATES
 
Record
SN01156215-W 20060929/060927221301 (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.