Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
SOLICITATION NOTICE

61 -- Red Switch UPS

Notice Date
8/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F3HKA37169A001
 
Response Due
8/23/2007
 
Archive Date
9/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Sub Part 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. Solicitation number F3HKA37169A001 is issued as a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. The NAICS Code is 335313 and the NAICS size standard is 750. 55 CONS intends to issue a firm fixed priced purchase order for delivery and installation of the following items on the Statement of Work: 1. This contract shall replace the existing UPS batteries in Building 501 Room U130A, Offutt AFB Nebraska. The existing two strings each consist of 40 twelve-volt cells, C&D UPS12-140FR, serving a 30KVA Powerware 9315 UPS module. There is no existing battery monitoring system. 2. The Contractor shall remove the existing batteries and dispose of them in full accordance with applicable EPA regulations. Provide the Government a disposal certificate. 3. The Contractor shall provide one new battery string consisting of 40 BAE OGiV 75 valve regulated lead acid (VRLA) batteries, or approved equal. The new batteries shall provide 30 minutes of rated output to the UPS. The new batteries shall have a minimum 15-year design life. Provide a shunt trip breaker to interrupt the battery circuit. 4. Provide a battery monitoring system, CellWatch or approved equal. The system shall monitor the voltage and impedance of each battery. Provide a computer to view and store historic trends for each battery. Connect the battery monitoring system to the existing WebCTRL facility monitoring system via a Modbus or equivalent connection. 5. Building 501 is a high security area and delays should be anticipated. This is a turnkey contract. All work shall comply with the 2005 National Electrical Code (NEC). ALL GARBAGE REMOVED FROM THE WORKSITE 6. CERTIFICATION SERVICES: Certification services may be performed during normal working hours (Mon-Fri. 8am ? 5pm). Measure and record all cell voltage readings. Measure and record all inter-cell, inter-tier and inter-rack micro-ohm readings. Measure and record impedance of each cell. Measure and record cell temperature of one cell on each tier of the battery rack. Measure and record ambient temperature. Visually check each cell for leaks and/or cracks. Check torque all battery and battery rack hardware. Check total DC voltage and float setting. Visually check cleanliness of batteries, battery racks and battery room. Check for safety equipment in battery room. Supply Government with a ?Detailed Inspection Report? and "Installation Certification Certificate? 9. EXPRESS WARRANTY: (a) First year: 100% replacement warranty, to include all labor cost. (b) Second and Third year: 100% replacement warranty. (c) Warranty will commence after government acceptance of all items supplied by order. Government will denote acceptance by completion of DD Form 250, Material Inspection and Receiving Report. (d) Fourth Year and beyond: Standard manufacturer pro-rated warranty. Contractor shall post copy of pertinent warranty information upon completion of installation End Statement of Work All quotes should be received NLT Friday, 23 August 2007, at 10:00 am (cst), and sent electronically via e-mail, if possible, to timothy.sass@offutt.af.mil and charles.jones@offutt.af.mil or faxed to (402) 294-7280. All potential bidders are reminded, in accordance with DFARS 252.204-7004, Required Central Contract Registration, that lack of registration in the CCR database BY Friday, 23 August 2007, at 10:00 am (cst) will make a offeror ineligible for award. Also, the contractor must have the NAICS code listed in this solicitation on their CCR Registration. The following provisions and clauses apply to this acquisition: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors Commercial; FAR 52.212-2, Evaluation- Commercial Items, (a. Price and delivery, in order of importance); (Offerors must include a complete copy of 52.212-3, Offeror Representation and Certifications -- Commercial Items with offer which can be found at http://farsite.hill.af.mil/vffara.htm); FAR 52.212-4, Contract Terms and Conditions Required to Implement Status of Executive Orders -- Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION); 52.232-18, Availability of Funds; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.225-7000, Buy American Act--Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payments Program;; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.232-7003 Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. Please reference solicitation # F3HKA37169A001 on all correspondence. No numbered notes are applicable to this acquisition. Any questions should be submitted to SSgt Tim Sass at (402) 294-6393 via email at timothy.sass@offutt.af.mil or MSgt Charles Jones at (402) 232-5032 via email at charles.jones@offutt.af.mil. Complete written quotations will be due and must be physically received by the 55th Contracting Squadron/LGCB, 101 Washington Square. Bldg 40, Offutt AFB 68113 NLT Friday, 23 August 2007, at 10:00 am (cst). Quotations may be submitted via email to timothy.sass@offutt.af.mil, charles.jones@offutt.af.mil, or faxed to (402) 294-7280.
 
Place of Performance
Address: 55 CONS/LGCB, 101 Washington Sq, Bldg 40, Offutt AFB, NE
Zip Code: 68113-2360
Country: UNITED STATES
 
Record
SN01374921-W 20070818/070816221154 (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.