Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2006 FBO #1852
SOLICITATION NOTICE

J -- UPS Maintenance

Notice Date
12/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0016
 
Response Due
1/5/2007
 
Archive Date
1/5/2007
 
Description
This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. This is a Request for Proposal(RFP) numbered N00421-07-R-0016. This solicitation document and the incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-14. The Naval Air Warfare Center Aircraft Division Information Technology/Information Management Department located at Patuxent River, Maryland has a requirement to issue a Firm-Fixed Price contract for the following items: Nomenclature Manufacturer & Part # Qty 0001 Uninterrupted Power Supply (UPS) Maintenance Liebert 225 kVA (Including internal battery strings) 2 0002 Uninterrupted Power Supply (UPS) Maintenance Liebert 500 kVA (Including internal battery strings) 1 0003 Uninterrupted Power Supply (UPS) Maintenance Liebert Control Panel 1 0004 Battery Replacement Liebert MR 12-400 80 0005 Battery Replacement Liebert MR 12-310FR 240 0006 DC Capacitor Replacement Liebert 225 kVA UPS A 16 0007 DC Capacitor Replacement Liebert 225 kVA UPS B 12 0008 DC Capacitor Replacement Liebert 500 kVA UPS n/a It is intended that the maintenance agreement will be under NAICS 541519 with a size standard of $23M at delivered FOB Destination to Patuxent River, MD. This contract shall be a FULL SERVICE Maintenance Agreement For the above listed equipment. The Preventive Maintenance (PM) shall include on-site PM, 24/7 emergency service, all needed replacement parts (except batteries and DC capacitors with over seven years original usage), to this site, base year plus 4 option years. The period of performance is anticipated to begin, Jan 31, 2007 through December 31, 2011. The Liebert UPS shall include: I. PREVENTIVE MAINTENANCE (PM) A. UPS 1. Not less than twice yearly, the entire equipment list as stated shall be inspected and tested by technicians. Each operating unit shall be tried. 2. If adjustments are necessary to the equipment, they shall be performed during the PM inspection, and this shall be cleared with the contract representative prior to performing adjustments. 3. Visually inspect each; cabinet unit and report any damage, contamination, or unfavorable condition to be corrected. Include contacts and relays. 4. The contractor shall replace any electronic component part of the System that has failed due to normal usage, during the term of this contract, and any extensions thereof, at no additional cost to the customer. 5. The contractor shall test all capacitors to determine the expected useful life remaining in the cells. If necessary, the contractor shall replace the capacitors that have failed due to normal usage during the term of this contract, and any extensions thereof, at no additional cost to the customer. 6. Upon completion of each inspection, the contract representative shall be asked to sign the contractor's inspection form. This form will carry notations of the voltage readings of all capacitors, replaced parts, adjustments, and evidence of any tampering. 7. PM shall be performed Monday through Friday, except for Government holidays, between the hours of 8:00 am and 5:00 pm and prior notice of these inspections will be given to the contract representative. If a PM requires the UPS to be off line, time of performance for that PM shall be determined by the government in conjunction with the contractor. These possible times shall include all overtime hours. B. Batteries: 1. A complete and continuing planned maintenance is critical to the assured performance and safe operation of the UPS battery under emergency load conditions. The following details the frequency and scope of the required continuing maintenance (see IEEE standard 4500-1980). 2. SEMI-ANNUAL AND ANNUAL REVIEW A. SEMI-ANNUAL MAINTENANCE: 1. Specific gravity of each ce 2. Voltage of each cell and total battery terminal voltage, using a calibrated digital voltmeter. 3. Temperature of electrolyte in one cell of each row on each rack. 4. Ten percent of connection resistance chosen at random, using a digital micro-ohmmeter. B. ANNUAL MAINTENANCE: shall include Semi-Annual maintenance plus the following: a. A complete visual inspection of each ceus' condition. b. Tightness of each bolted connection to the recommended torque value. c. Complete cell-to-cell and terminal connection detail resistance measurements, using a digital micro-ohmmeter. d. Integrity of battery rack. C. BATTERY REPLACEMENT: The contractor shall inform the government as battery integrity is found to be in question along with a cost analysis for replacement. At the discretion of the government, the contractor shall replace the batteries in question and properly dispose of the replaced batteries. D. DC CAPACITOR REPLACEMENT: All DC capacitors for the two 225 kVA units shall be replaced during the second option year which coincides with the seventh year after original installation. The 500kVA UPS is new and therefore shall be totally covered under this contract. For the 225kVA UPSs, UPS 'B' had the DC Capacitors installed 8/01, and UPS 'A' had the DC capacitors installed 6/01. A Line Item shall exist during the second option year to cover the total replacement of the DC Capacitors for the two 225 kVA UPS units. E. INSURANCE: Vendor must have liability insurance for at least one million dollars and a performance bond. F. EMERGENCY SERVICE: 1. The contractor shall provide emergency service response 24 hours a day, 7 days a week, Saturdays, Sundays and Government holidays with a maximum 4-hour response time. Upon receipt of notification of equipment or circuit failure, or improper functioning of the System, the contractor shall have necessary qualified technicians respond to an emergency service request after receipt of such notification. 2. Every effort shall be made to restore the system to normal operation in the shortest time possible. The contract representative shall be notified of the estimated time required to service, adjust, and restore normal operation of the system after the service technician has made an initial inspection. No System component will be put out of service without the approval of the contract representative. 3. An emergency service report shall be prepared by the contractor. This report shall indicate the nature of the service call, response time, correction applied and amount of time required to restore the system. This service report shall be signed by the contract representative and the service technicians. PROPOSAL PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of price. BASIS FOR AWARD: Award will be made to the lowest cost, technically acceptable offeror whose quote conforms to this synopsis/solicitation. The following provisions and clauses apply: Clause Description 52.212-1 Instructions to Offerors Commercial Items 52.212-2 Evaluation Commercial Items [fill-in: Technical capability of proposed item to fulfill Government need, Price, Past Performance?.approximately equal to price]; 52.212-3 Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-6, Alt 1 Restrictions on Subcontractor Sales to the Government 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.232-29 Terms for Financing of Purchases of Commercial Items 52.232-30 Installment Payments for Commercial Items 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.239-1 Privacy or Security Safeguards 52.213-2 Invoices 52.252-2 Clauses Incoporated by Reference [fill in: http://www.arnet/gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm ]; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 52.203-3 Gratuities 252.204-7000 Provision of Information to Cooperative Agreement Holders 252.224-7012 Preference for Certain Domestic Commodities 252.225-7021 Trade Agreements 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.227-7015 Technical Data Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Certification of Requests for Equitable Adjustment 5252.201-9500 Government Points of Contact 5252.201-9502 Contractor?s Authorized Contract Coordinator and Technical Liasion 5252.232-9504 Special pay Instructions for Paying Office (NAVAIR) 5252.232-9511 Notice of requirements for Prompt payment (NAVAIR) 5252.246-9526 Provosional Acceptance Under Special Conditions (NAVAIR) 5252.209-9513 Organizational Conflict of Interest Instructions (SERVICES) 5252.211-7003 Item Identification and Valuation 5252,211-9502 Government Installation Work Schedule (All quotes must be for all items as stated, no substitutes will be accepted and partial quotes will not be considered). This solitation is for equipment shipped to designated sight and does not include any labor, installation or setup. Only firm fixed price offers will be evaluated. Numbered Note 1. applies to this combined synopsis/solicitation. All proposals shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Cetifications ? Commercial Items. The automated system for complying is call ORCA, and is available at: https://orca.bpn.gov/login.aspx. For additional information, see the ORCA FAC sheet: https://orca.bpn.gov/faq.aspx. Proposals should be submited via e-mail. The Government reserves the right to reject all proposals received after the closing date and time. Place of Performance* NAVAL AIR WARFARE CENTER (PAX), Receiving Officer, Supply Department, Bldg. 665, 47179 Vaughn Road (NASSU), Patuxent River, MD 20670-1614, (301) 342-0543 Original Point of Contact Quotations shall be submitted via e-mail to Helen Choo@navy.mil and to Teri.Berrian@navy.mil no later than 4:00 p.m., January 5, 2007.
 
Place of Performance
Address: NAVAL AIR WARFARE CENTER (PAX), 21983 Bundy Road, Patuxent River, MD
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01200587-W 20061222/061220221138 (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.