SOLICITATION NOTICE
J -- Uniterruptible Power Supply Systems Maintenance, Wallops, VA
- Notice Date
- 9/10/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
- ZIP Code
- 23510
- Solicitation Number
- EE133E-08-RQ-1211
- Archive Date
- 10/2/2008
- Point of Contact
- Terri L Ford,, Phone: 757-824-7351
- E-Mail Address
-
terri.l.ford@noaa.gov
- Small Business Set-Aside
- N/A
- 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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The RFQ number is EE133E08-RQ-1211. The NOAA, Wallops Command and Data Acquisition Station, 35663 Chincoteague Road, Wallops Island, Virginia, 23337 has a requirement for a service and maintenance contract for the following: · One (1) Liebert Series 600 338 KVA Static Uninterruptible Power System and the Sitelink-4 module connection to the Station’s EBI (Enterprise Building Integrator) system. Battery maintenance for the Liebert system is not included in this contract. · One (1) Eaton Powerware 9390-160 KVA Static Uninterruptible Power Supply System and the XSL2 module connection to the Station’s EBI (Enterprise Building Integrator) system. Battery maintenance for the Eaton system is included in this contract. Please provide cost for each system as separate line items per the below SOW. Uninterruptible Power System Preventive and Corrective Maintenance Wallops CDA Station SCOPE OF WORK UPS Maintenance Contract shall cover: · One (1) Liebert Series 600 338 KVA Static Uninterruptible Power System and the Sitelink-4 module connection to the Station’s EBI (Enterprise Building Integrator) system. Battery maintenance for the Liebert system is not included in this contract. · One (1) Eaton Powerware 9390-160 KVA Static Uninterruptible Power Supply System and the XSL2 module connection to the Station’s EBI (Enterprise Building Integrator) system. Battery maintenance for the Eaton system is included in this contract. Two Preventative Maintenance (PM) activities for each of the systems described above are included in this scope of work. Any activity related to the work described herein will require coordination with facility management for scheduling. The two (2) PMs will be performed Monday through Friday, 8:00 A.M. to 4:00 P.M excluding federal holidays. Station operations will utilize the backup generators during UPS maintenance activities that require a bypass or shutdown of the UPS. The first PM will be completed during November of the calendar year of the award with the second scheduled for the following June. This schedule may be adjusted with concurrence of both the contractor and the government. LIEBERT UPS PREVENTATIVE MAINTENANCE ACTIVITIES ARE AS FOLLOWS : 1. Consultation with the personnel responsible for the operation and care of the UPS. 2. Record all meter readings, alarms, stored data, etc., available from the UPS display 3. Place UPS in bypass (when possible) and inspect internal components for signs of damage, overheating or other problems. 4. Complete visual inspection of the UPS, including internal sub-assemblies, wiring harnesses, contactors, cables, and major components. 5. Check all mechanical connections for tightness, and heat discolorations and make corrections where necessary. 6. Clean any foreign material and dust from the internal compartments. 7. Static check of all the fuses. 8. Calibrate the UPS to meet factory specifications. 9. Operational check-out of the system, reverse transfer, short duration battery run. 10. If any field changes are required to upgrade the unit, they will be done during this time. 11. Return the unit to operational service with normal load, then check and calibrate the output readings. 12. Temperature scans of all components. 13. Provide written or electronic report detailing the aforementioned conditions, readings, load test results, etc. EATON POWERWARE UPS PREVENTATIVE MAINTENANCE ACTIVITIES ARE AS FOLLOWS : As a minimum, the following will be accomplished during a semi-annual preventive maintenance visit. Note environmental conditions Visually inspect batteries, UPS and associated equipment for any signs of damage or problems. Verify that all fans are operational. Record all meter readings, alarms, stored data, etc., available from the UPS display Check air filters, lamps, etc and replace as necessary. Place UPS in bypass and inspect internal components for signs of damage, overheating or other problems. Load test all batteries (maintenance free only). Check for corrosion of battery connections and correct if needed. Check condition of battery hardware, cables, jars, fuses and breakers. Note and address any discrepancies found. If any field changes are required to upgrade the unit, they will be done during this time Place UPS back on line and note proper operation and load level. Provide written or electronic report detailing the aforementioned conditions, readings, load test results, etc. In addition to the previous work, the following will be accomplished on the Eaton Powerware unit during the November PM visit. Clean interior of unit Verify and/or calibrate meter readings and settings. Check tightness of terminals, connectors, etc. Check torque of battery terminals. Clean and condition battery terminals, lugs, etc. Check internal power supply voltages. Test capacitors and check for leakage or exposed indicators. Temperature scans of all components. Verify all settings including output voltage and phase shift. RESPONSE REQUIREMENTS: This contract shall provide for 7 day/24 hour coverage for Emergency Service and Corrective Maintenance Requests. All parts (except for batteries), labor, travel and shipping expenses shall be included. Technician response to the site in the event of a UPS failure will not exceed four (4) hours from the time the technician is contacted. The successful bidder will provide contact telephone number(s) where a technician can be reached at any time of the day or night, weekends or holidays. END OF STATEMENT OF WORK In order to comply with the debt collection improvement act of 1966, ALL CONTRACTORS must be registered in the central contractor registration (CCR) to be considered for an award of a federal contract. For information regarding registration in CCR contact the CCR website at www.ccr.gov/index.cfm. This procurement is being solicited as unrestricted and full and open competition. The resulting purchase order will be negotiated as a firm fixed price purchase order. The FSC for this is J059 and the NAICS Code is 238210. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. FAR 52.212-1 Instructions to Offerors-Commercial Items applies. FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition, as such consider the following clauses checked, (14),(16),(17),(18),(19), (20), (26), and (31). The following addenda or additional terms and conditions apply: 52.232-18 Availability of Funds. No Defense Priorities and Allocations System (DPAS) rating is assigned. Offers must be submitted to the Wallops Command and Data Acquisition Station, 35663 Chincoteague Road, Wallops Island, Virginia 23337 by 12:00PM P.M September 17, 2008. Offers maybe faxed to 757-824-7466 or via e-mail to Terri.L.Ford@noaa.gov. Inquiries will only be accepted via email to Terri.L.Ford@noaa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=713792d6dadbc19ef1b82380f79b0552&tab=core&_cview=1)
- Place of Performance
- Address: Wallops CDA Station, Wallops Island, Virginia, 23337, United States
- Zip Code: 23337
- Zip Code: 23337
- Record
- SN01666269-W 20080912/080910222707-713792d6dadbc19ef1b82380f79b0552 (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 |