Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2008 FBO #2363
SOLICITATION NOTICE

61 -- Uninterruptible Power Supply (UPS) Battery Replacement for Central Region, National Weather Service

Notice Date
5/14/2008
 
Notice Type
Presolicitation
 
NAICS
335911 — Storage Battery Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133W-08-RP-0122
 
Point of Contact
Charlene A. Yaple, Phone: 816-426-7531
 
E-Mail Address
charlene.a.yaple@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This requirement is for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD) for the Central Region National Weather Service. (CRAD) intends to solicit proposals for the acquisition of UPS Battery Replacements for the National Weather Service. This is intended to be a five year Indefinite Delivery, Indefinite Quantity nationwide contract. The National Weather Service Central Region (NWSCR) uses forty 50 KVA Mitsubishi Uninterruptible Power Supply (UPS)(model 2033A) with a compliment of 30 jars per string and 38 50KVA Powerware UPS (model 9315) with a compliment of 40 jars per string at each site. NWSCR uses Cellwatch software to monitor the batteries. NWSCR will replace individual batteries or a full string of batteries based on the analysis of the data provided by Cellwatch. Mitsubishi: The UPS replacement batteries are of the VRLA (Valve-Regulated Lead Acid) type designed for UPS standby power applications. Salient characteristics shall conform minimally to the following guidelines: • 12 volt nominal. • The housing size shall not exceed 10.5 in.(W) x 8.0 in.(H) x 6.9 in.(D) • A constant discharge rating to endpoint 1.67 volts/cell shall not be less than 300 watts/cell at 25 degrees C (77°F) over 15 minutes. • A 10 year design life. • A flame retardant housing which is thermally welded. • Absorbent Gas Mat technology. • Delivered batteries shall be sequentially numbered and from the same batch. • Resistive readings shall not deviate more than 25% overall. Powerware: The UPS replacement batteries are of the VRLA type designed for UPS standby power applications. Salient characteristics shall conform minimally to the following guidelines: • 12 volt nominal. • The housing size shall not exceed 8.0 in.(W) x 6.0 in.(H) x 7.0 in.(D) • A constant discharge rating to endpoint 1.67 volts/cell shall not be less than 140 watts/cell at 25 degrees C (77°F) over 15 minutes. • A 3 year design life. • A flame retardant housing which is thermally welded. • Absorbent Gas Mat technology. • Delivered batteries shall be sequentially numbered and from the same batch. • Resistive readings shall not deviate more than 25% overall. This notice is hereby issued as RFP No. WC133W-08-RP-0122. Written offers are being requested. A hardcopy written RFP will not be issued. This RFP and the incorporated provisions and clauses are those in effect through FAC Circular 2005-24. The line items will be provided in accordance with the terms, conditions and specifications specified herein. Full text of the FAR clauses and provisions are available on the internet website: http://www.arnet.gov/far. CAR clauses and provisions are available on the internet website: http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations through the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are required to go on-line at www.bpn.gov to complete its representations and certifications.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6c5d9818e426d9fa349739616040d360&tab=core&_cview=1)
 
Place of Performance
Address: 601 E 12th Street, Kansas City, Missouri, 64106, United States
Zip Code: 64106
 
Record
SN01573160-W 20080516/080514220640-6c5d9818e426d9fa349739616040d360 (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.