SOURCES SOUGHT
99 -- Maintenance and repair capabilities for Emerson Network Power, Liebert Services three phase Uninterruptible Power Supply (UPS)/ Battery Back-up System.
- Notice Date
- 9/5/2013
- Notice Type
- Sources Sought
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN13XD043
- Response Due
- 10/7/2013
- Archive Date
- 11/4/2013
- Point of Contact
- Margaret Stroynowski, 973-724-4567
- E-Mail Address
-
ACC - New Jersey
(margaret.stroynowski@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command- New Jersey on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), Enterprise & Systems Integration Center, Logistics, Research & Engineering Directorate (LRED), Life Cycle Supportability Directorate (LCSD), New Equipment Training (NET) Branch, Picatinny Arsenal, NJ 07806-5000, is conducting market research to locate capable firms interested in entering into Blanket Purchase Agreements (BPAs) with the US Government. Interested sources should be capable of providing the supplies/services listed under the following technical area: The contractor shall conduct Semi-Annual and Annual scheduled routine maintenance and repair capabilities for Emerson Network Power, Liebert Services three phase Uninterruptible Power Supply (UPS)/ Battery Back-up System. The contractor shall guarantee a four (4) hour on-site emergency response, 7 days/week/ 24 hrs/day and maintain a 1-800-Customer Response Center. The contractor shall provide 100% corrective labor and travel coverage 7 days/week, 24 hours/day. The contractor shall provide access to Customer Services Network On-line Internet Portal. Below outlines the service requirements and timelines for the UPS and Battery System: UPS System: Semi-Annual Service requirements to include: a. Inspect the appearance and cleanliness of the battery and the battery room. Clean normal jar top dirt accumulation (to be done only with the battery off-line) b. Measure and record total batter float voltage and charging current c. Measure and record the overall AC ripple voltage d. Measure and record the overall AC ripple current e. Visually inspect the jars and covers for cracks and leakage f. Visually inspect for evidence of corrosion g. Measure and record the ambient temperature h. Verify the integrity of the battery rack/cabinet i. Measure and record 100% of the jar temperatures j. Measure and record the float voltage of all jars k. Measure and record all internal ohmic readings Annual Service Requirements to include (all Semi-Annual Service Checklist items as well as): a. Re-tighten all battery connections to the battery manufacturer's specifications, if required b. Measure and record all battery connection resistances in micro-ohms, when applicable c. Perform corrective maintenance as required d. Refurbish cell connections as deemed necessary by the detailed inspection report e. Single Jar Replacement Service for Lead Acid Batteries f. Up to 10% of defective battery jars may be replaced within a twelve (12) month period. UPS Semi-Annual Support Requirements: a. The contractor shall perform temperature check on all breakers, connections, and associated controls and repair and/or report all high temperature areas. b. The contractor shall perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components. c. The contractor shall check air filters for cleanliness d. The contractor shall check module(s) completely for the following: 1. Rectifier and inverter for snubber boards of discoloration 2. Record all voltage and current meter readings on the module control cabinet or the system control cabinet. UPS Annual Service (to include, the Semi-Annual Service requirements ) in addition to the following: a. The contractor shall check the inverter and rectifier snubbers for burned or broken wires b. The contractor shall check all nuts, bolts, screws, and connectors for tightness and heat discoloration c. The contractor shall check fuses on the DC capacitator deck for continuity (if applicable) d. The contractor shall obtain customer approval, to perform operational test of the system including unit transfer and battery discharge. e. The contractor shall calibrate and record all electronics to system specifications. f. The contractor shall check or perform Engineering Field Change Notices (FCN) as necessary. g. The contractor shall measure and record all low-voltage power supply levels. h. The contractor shall record phase-to-phase input voltage and currents. i. The contractor shall review system performance with customer to address any questions and schedule repairs. j. The contractor shall check power capacitators for swelling or leaking oil (if applicable). k. The contractor shall DC capacitator caps that have extruded more than 1/8 quote mark (if applicable). l. The contractor shall measure and record harmonic trap filter currents (if applicable). Battery Inspection Service: a. The contractor shall check integrity of battery cabinet (if applicable). b. The contractor shall visually inspect the battery cabinet and/or room to include: 1. The contractor shall check for NO-OX grease or oil on all connections (if applicable). 2. The contractor shall check battery jars for proper liquid level (if flooded cells). 3. The contractor shall check for corrosion on all the terminals and cables. 4. The contractor shall examine the physical cleanliness of the battery room and jars. 5. The contractor shall measure and record DC bus ripple voltage (if applicable). 6. The contractor shall measure and record total batter float voltage This is a Sources Sought/Market Survey Announcement and submissions will be used for informational and planning purposes only. This synopsis is open to all business concerns; however, in accordance with FAR 19.501, the Government's intent is to establish Blanket Purchase Agreements (BPA's) with small businesses. In the event there aren't enough responses from responsible, capable small businesses, then large business responses will be considered. The work performed under this award and resulting orders will be at Picatinny Arsenal, NJ. All interested and potential firms must be registered in SAM, and current firms must update once a year to maintain active status. Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered quote mark registrants quote mark. Registration in no way guarantees that a contract or assistance award will be awarded. Interested firms are encouraged to submit their capabilities/qualification data No LATER THAN October 7, 2013. Submittals and questions should be directed to the following point of contact: Margaret Stroynowski, via e-mail only to malgorzata.stroynowski.civ@mail.mil this notice does not constitute a formal Request for Proposal (RFP), nor is the government obligated to issue an RFP. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey. The Government may enter into one or multiple Blanket Purchase Agreements as a result of this notice with a period of performance of five (5) years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e01d991847e616d534bd4290c643a26d)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03175992-W 20130907/130905235853-e01d991847e616d534bd4290c643a26d (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 |