Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2015 FBO #4877
SOLICITATION NOTICE

99 -- APC REPLACEMENT FANS - BRAND NAME JUSTIFICATION

Notice Date
3/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL-15OCIOCIONAT-0175
 
Archive Date
4/22/2015
 
Point of Contact
Lesa Llewellyn Austin, Phone: 2026937986
 
E-Mail Address
austin.lesa.l@dol.gov
(austin.lesa.l@dol.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
REDACTED BRAND NAME JUSTIFICATION COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. (II) This solicitation document is issued as a request for proposal (RFP). Submit written proposals for RFP number DOL-15OCIOCIONAT-0175. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 (IV) This acquisition is set aside 100% for small businesses. The associated NAICS code is 334118. The small business size standard is 1,000 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial services: 0001: APC Replacement Fans, 36 Each. 0002: Install new fans/remove old fans, 1 Each Delivery: Required within 30 days after award. (VI) Description of requirements is as follows: Required purchase of fans for APC Uninterruptible Power Supply units in the OASAM-OCIO/ OSHA Data Center Room TBD. I. Background Information and Objectives A. Background Information - The Office of Administration and Management (OASAM) Office of the Chief Information Officer (OCIO) requires 36 Fans for APC Symmetra Uninterrupted Power Source (UPS) backup units. OCIO's-OSHA APC Symmetra PX Uninterrupted Power Source (UPS) Switch Module fans failed causing several racks of servers to go down. The maintenance repair of the APC (UPS) is necessary to support agency goals and objectives, including any tools, software and configuration necessary to maintain a mobile workforce while meeting all federal and DOL mandated security and configuration requirements. This statement of work is to provide OCIO-OSHA a redundant backup power source for high availability connectivity and disaster recovery, provide ease of connectivity for emergency response teams, as well as provide for growth to support future OSHA initiatives. Currently there are two UPS units that are operational, but one has a failed fan on the (UPS) Switch Module and if another fan fails the UPS will go down. There are a total of thirty-six fans that are either failed, failing or out of life which are necessary to support both APC UPS units. This emergency repair will give OCIO-OSHA backup UPS units redundancy and relieve the power stress on any single unit. B. Technical Objectives - To obtain APC Certified Field Service Engineer to perform APC fan module refresh on 36 fans. These actions will keep the APC/UPS running at optimal levels. The electrical power requirements of the ECN/DCN are a critical component that allows us to have 99% up time as mandated and running at optimal performance levels. II. Services to be Performed General Requirements: The contractor shall independently perform all work and furnish all labor, materials, supplies, equipment, services and must be APC Certified FSE (except as otherwise specified in the contract.) The Government will furnish access to the APC/UPS during normal hours of operation for Repair visit. Normal hours are 8AM till 5 PM. The contractor shall clean up, patch and repair all existing structures that are damaged by the work being performed under this SOW. Specific Requirements OCIO requires 36 fans able to function with the APC Symmetra PX Uninterrupted Power Source Switch module plus installation of the new fans and removal of the old fans. The replacement fans must be factory authorized/OEM replacement parts that have the exact same voltage requirements as the APC Symmetra PX Uninterrupted Power Source (UPS) Switch Module fans and are wired in accordance with APC Standard Configurations. Unauthorized parts may present warranty issues should the unit experience problems after the installation. Installation of fans must be done by an APC certified Field Service Engineer. All warranties are null and void unless installation and startup are performed by authorized APC service centers. The contractor shall remove and install a total of thirty-six(36) APC UPS fans located in a total of two(2) APC UPS units MODELS: SYSW80KF, SERIAL NUMBERS: PD0608133340 and PD1437140084. The contractor is required to install and test the new fans and test, and also remove and dispose of the old fans. The contractor shall complete the work as described in the SOW; any changes or deviations shall be provided to the Technical Contact Person: TBD in writing, and approved by the COR in writing. The contractor shall be responsible for any unapproved changes outside of this SOW. The contractor shall verify all quantities before ordering materials. The contractor is responsible for accurate quantities of all materials ordered and for notifying the contracting officer technical representative of any site conditions that may prevent the successful completion of this project. The contractor will perform the initial walk-through and identify UPS power source and power feeds availability. The part number for the fans is as follows: APC Fan for PX1 Power Module, Part #: 0N-0923, Quantity: 36 Refresh the fan module for OASAM-OCIO/OSHA 36 fans using actual APC components. This includes the installation of and disposal of old fan units by a certified Field Service Engineer (FSE). Labor, travel and parts all included. Replacement repair maintenance support for the APC Uninterruptible Power Supply fan modules to include the following: a. All on site work for APC to be performed by an APC Certified Field Service Engineer. b. Onsite travel, repair, labor and provided parts included and work done by an APC Certified FSE. c. Replacement repair visit for the two APC fan module UPS model SYSW80KF, serial PD0608133340, PD1437140084. Onsite travel, repair, labor and provided parts included and work done by an APC Certified FSE. d. The initial walkthrough of the 36 Fan units have already been performed by APC Certified FSE. Replacement Fan Module Repair includes the following: - Visual inspection of all fan unit components of system. - Verify and document that the system is working within operational specifications set forth by APC. - Verify proper airflow through system. - Perform fan module test - Verify proper fan module transition - Perform proper impedance test to verify fan module integrity - Inspect event logs for alarms - Deliver onsite visit report to document APC/UPS status, recording onsite visit and recommendation as needed as a result of the onsite Replacement Fan Module Repair visit. e. QUALITY CONTROL: Even though multiple resellers can resell non-brand name fan units, the support sold to OASAM-OCIO/OSHA must be APC support and certified. f. QUALITY ASSURANCE: Even though multiple resellers can resell non-brand name fan units, the support sold to OASAM-OCIO/OSHA must be APC support and certified. g. RECOGNIZED HOLIDAYS: Does not apply. h. PLACE OF PERFORMANCE: OASAM-OCIO/OSHA Data Center Room TBD, 200 Constitution Ave., NW, Washington, DC 20210. (VII) Date(s) and place(s) of delivery and acceptance and FOB point: N/A (VIII) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition. (IX) The provision at FAR 52.212-2, Evaluation - Commercial Items (OCT 2014), applies to this acquisition. The following evaluation criteria shall be used to evaluate offers: (1) Technical (2) Past Performance (3) Price The lowest price technically acceptable source selection process is applicable to this acquisition. Technical proposals are being evaluated based on personnel qualification and/or educational requirements of proposed personnel. To be technically acceptable offeror must meet qualification(s) in section VI. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), with its proposal. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (DEC 2014), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2015) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (MAR 2009) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-54, Employment Eligibility Verification (Jan 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). The following additional FAR clauses are applicable to this acquisition: 52.202-1 DEFINITIONS (NOV 2013) 52.203-5 COVENANT AGAINST CONTINGENT FEES (MAY 2014) 52.203-7 ANTI-KICKBACK PROCEDURES (MAY 2014) 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS (DEC 2014) 52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984) 52.216-25 CONTRACT DEFINITIZATION (OCT 2010) 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN-REPRESENTATION AND CERTIFICATIONS (DEC 2012) 52.232-1 PAYMENTS (APR 1984) 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (MAR 2015) (XIII) Additional contract requirements: N/A (XIV) Defense Priorities and Allocations System (DPAS): N/A (XV) Offers are due no later than 5:00 P.M. ET on 7 APR 2015. All offers must be e-mailed to the attention of Lesa L. Austin, E-mail: Austin.Lesa.L@DOL.GOV (XVI) Any questions regarding this solicitation should be directed to Lesa L. Austin at E-mail: Austin.Lesa.L@DOL.GOV.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL-15OCIOCIONAT-0175/listing.html)
 
Place of Performance
Address: DEPARTMENT OF LABOR, 200 CONSTITUTION ANE, NW, WASHINGTON, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN03684832-W 20150402/150331235728-08b8e43a4c73645eea8957be4cf59d42 (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.