SOLICITATION NOTICE
70 -- Service to APc UPS Unit
- Notice Date
- 7/28/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Jefferson, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- FDA-SOL15-1151248
- Archive Date
- 8/22/2015
- Point of Contact
- Karen L Conroy, Phone: 781-596-7715
- E-Mail Address
-
kconroy@ora.fda.gov
(kconroy@ora.fda.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NAICS 811219 Synopsis: This is a combined synopsis/ solicitation for battery replacement and recertification of Uninterruptable Power Supply (UPS) system at the U.S. Food and Drug Administration's (FDA) Advanced and Scientific Data Center (SDC) program in accordance with FAR Regulation (FAR) 12.102(g) and in the format of Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number is FDA- SOL- 15 -1151248 and is issued as a Request for Proposals (RFP). This solicitation document incorporated all mandatory commercial item provision and clauses that are in effect through the Federal Acquisition Circular 2005- 83 dated 7/02/2015. The North American Industrial Classification System is 811219 and the small size standard is 35M 500L This is a firm fixed price contract and is being issued as a "Brand Name or Equal to". If equal items are proposed, the quoter shall provide product specifications for those items proposed. All products proposed (whether brand name listed or equal to items proposed) must satisfy the functional requirements/salient characteristics set forth in this document. Title: Uninterruptible Power Supply Battery Replacement and Installation 1. Background The Food and Drug Administration (FDA) Advanced and Scientific Data Center (SDC) received an existing Uninterruptable Power System (Symmetra PX) from another FDA center. Advanced and Scientific Data Center intends to acquire a fixed price contracting service to replace the old batteries (64) with new batteries in the UPS system; Remove and dispose of the old batteries; test the UPS system after it has been connected; recertify the UPS for production use; and active an annual Plan Service Agreement for the UPS system with one base year and four optional years. 2. Objective In the final state of the operations, the UPS system will allow the FDA Advanced and Scientific Data Center (SDC) to continue mission critical applications during an electrical power failure event and preserve intellectual properties from loss. It will also prevent FDA sensitive scientific equipment from sustaining damages caused by power surges. 3. Scope The scope of this Statement of Work (SOW) is to purchase Uninterruptible Power Supply (UPS) initial Equipment parts, Deployment Services and procure first year Plan Service Agreement contract. 3.1. CLIN Descriptions: • CLIN 0001 - UPS Battery procurement and replacement service Qty (64) • CLIN 0002 - UPS system recertification • CLIN 0003 - Plan Service Agreement for 1 year with 4 optional years, including upgrade and emergency responds 3.2. Warranty and Support: • All newly procured UPS batteries must have full warranty • After new batteries have been reinstalled and UPS system has been reactivated, FDA expects full recertification of the UPS system in writing format. • Plan Service agreement shall provide next business day support for UPS system by the contractor 4.0 Deliverables FDA intends to award a Firm Fixed price contract to meet the requirements of this solicitation. 4.1. CLIN 1 - Procurement Contractor shall procure brand new modular batteries and replace the old batteries for 2 Symmetra PX battery cabinets. This includes 16 strings of batteries at 4 batteries per string, totaling 64 batteries. Batteries provided must have full warranty. Contractor shall remove and dispose of the old batteries according to federal and local regulations; Contractor shall also procure any supporting equipment, tools or cabling needed for the implementation completion. The make and model of the UPS system are listed below UPS FRAMES Frame # Description Capacity Model # Serial # RACK 1 APC UPS Frame -Symetra PX 10-80kW 208V SYCF80KF PD1020260030 Symmetra PX 80kW Static Switch Module, 208V SYSW80KF PD1020330571 Intelligence Module SYMIM4 PD1020330972 Intelligence Module SYMIM4 PD1020330976 Power Module Full Capacity @ 80kW N+1 SYPM10KF PD1035130124 Power Module SYPM10KF PD1035130235 Power Module SYPM10KF PD1042330077 Power Module SYPM10KF PD1037130217 Power Module SYPM10KF PD1037130237 Power Module SYPM10KF PD1037130238 Power Module SYPM10KF PD1037130187 Power Module SYPM10KF PD1037130188 Power Module SYPM10KF PD1037130253 RACK 2 APC - Power Distribution Cabinet (80kW) AC 480V 80kW 0G-PD80G6FK1-M1 P10841370124 RACK 3 APC BATTERY FRAME Up to 32 Battery Units AR2800X102 PN103124132 RACK 4 APC BATTERY FRAME Up to 32 Battery Units 0G-AR2800X102 3N0914Y0050 Old UPS BATTERY UNITS - To be replaced 1 UPS BATTERY UNIT N/A SYBTU1-PLP PD1037852014 4.2. CLIN 1 - Delivery and Installation After procurement of new batteries, contractor shall provide Dock-To-Dock freight service to deliver and install the batteries in the FDA Scientific Data Center site. Contractor shall remove and dispose of the old batteries in accordance with all federal, state and local regulations. The installation technicians must observe FDA security regulations and requirements when working on site. 4.3. CLIN 1 - Place of Performance The Contractor shall deliver all items and services to the FDA Scientific Data Center (SDC) facility located in the Washington DC Metropolitan area. All installation and support services shall be performed at the below locations. The CLINS will be delivered to the following specified location: FDA Scientific Data Center 5100 Paint Branch Parkway College Park, MD 20740 4.4. CLIN 2 - Production Connection Contractor shall connect Symmetra PX UPS system to the ready electrical connection at the FDA Advanced and Scientific Data Center (SDC) delivery site. FDA Advanced and Scientific Data Center (SDC) shall obtain separate service to build the electrical connection to the UPS system. Contractor is only responsible for UPS internal connections. 4.5. CLIN 2 - Completion Testing and Recertification Contractor shall coordinate with SDC government and staff to successfully perform Symmetra PX UPS system Start-Up test after installation to insure full system operational success. This test shall include full system operation verification; stability review; main power failure failover test and real time system failure alert messaging. After successful testing of the UPS system, contractor shall provide support and services to acquire UPS system's recertification. Certification shall be provided by contractor in the official written certification format. 4.6. CLIN 2 - Technical Support Contractor shall make available a service assurance tool using SNMP to monitor the Symmetra PX UPS system; Contractor shall provide basic training and documentation for FDA staff to monitor the delivered system. Contractor shall maintain a 24X7 open phone line for FDA to report any system anomalies or errors. Site Warranty Repair service responds are to be provided in the next business day. 4.7. CLIN 3 Plan Service Agreement • Contractor shall provide1 base year and up to 4 optional years of Plan Service Agreement • Contractor's Plan Service Agreement shall guarantee licensed technician to provide on-site trouble shooting services in the event of a UPS system malfunction. • Annual preventative maintenance service shall be performed during normal business hours (5X8) • Contractor shall provide a 24/7 open phone line for FDA to report UPS issues • Repair Parts labor and travel included (excluding batteries) in the Plan Service agreement • Contractor provided Plan Service Agreement shall provide next business day warranty service on site in case of UPS system failure. 4.8. CLIN 3 Plan Service Agreement - Replacement Parts delivery Contractor's Plan Service Agreement shall provide replacement parts (exclude battery) when deemed necessary. Replacement part delivery objective shall be available next business day, which is the same responds time requirement for on-site warranty responds. 4.9. CLIN 3 Plan Service Agreement - Rights to Firmware upgrade Contractor Plan Service Agreement shall provide rights to Firmware upgrade (excluding battery). 4.10. CLIN 3 Plan Service Agreement - Rights to new releases of software Contractor provides the rights to new software releases as made generally available by Contractor. 4.11. CLIN 3 Plan Service Agreement - Installation of software releases Contractor shall perform the installation of new software releases. Included for software which Contractor determines is Equipment operating environment software. Customer will perform the installation of new software releases that is not classified as equipment operating software unless otherwise deemed necessary by the Contractor. 4.12. CLIN 3 Plan Service Agreement - 24/7 Access to online support tools FDA will have access on a 24/7 basis to Contractor's web-knowledge base and self-help customer support tools via Contractor's online support site. 5. Period of Performance and Item requirements: The Contractor shall deliver the equipment ordered within 30 days after contact award, and complete the installation task and capture customer system acceptance within 60 days from contract award. System acceptance includes completion of the CLIN1, CLIN 2 and customer inspection acceptance. It is determined by the COR. Enclosed is the period of performance requirement for key milestones of the project. CLIN Task/Deliverable Description Due / Period of performance 00001 64 batteries for 2 Symmetra PX battery cabinets Dock-To-Dock delivery and Installation of 16 strings of battery into UPS cabinet within 300 days after contract award Removal and disposal of old batteries from UPS system Removal and disposal of old batteries from UPS system according to federal, state and local regulations within 2 days after installation of the new batteries 0002 Certification of revised UPS system Capture certification of revised UPS system at FDA site; allow Plan Service Agreement and any other warranty programs to start. Within 5 days after completing successful UPS system install at FDA Scientific Data Center 0002.1 Provide production test report Provide production test report after successful on-site completion testing Within 2 day after capturing UPS certification 0003 Plan Service Agreement Sign and complete the 1st year Plan Service Agreement with terms and cost for 4 optional years, including emergency response upgrades Immediately after System Acceptance 0003.1 Plan Service Agreement Optional year 1 Plan Service Agreement On anniversary of base year maintenance period 0003.2 Plan Service Agreement Optional year 2 Plan Service Agreement Begins at end of previous option year maintenance period 0003.3 Plan Service Agreement Optional year 3 Plan Service Agreement Begins at end of previous option year maintenance period 0003.4 Plan Service Agreement Optional year 4 Plan Service Agreement Begins at end of previous option year maintenance period 6. Evaluation Criteria The Government will select the bidder whose offer most technically acceptable and lowest cost to the Government. The ability to provide the requested UPS batteries, onsite installation and support is the most important factor. If proposals are equal in their technical merit, lowest price will become the determining factor. 7.0ther Pertinent Information or Special Consideration 7.1 Confidential Treatment of Sensitive Information The Contractor shall guarantee strict confidentiality of the information/data that it is provided by the government during the performance of the task order. The Government has determined that the information/data that the Contractor will be providing during the performance of the task order is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the Contractor can only be made after the Contractor receives prior written approval from the Contracting officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the Contractor shall obtain a written determination from the Contracting Officer. 7.2. Contracting Officer's Authority The Contracting Officer identified above has responsibility for ensuring the performance of all necessary actions for effective contracting; ensuring compliance with the terms of the contract and safeguarding the interests of the United States in its contractual relationship. The CO is the only individual who has the authority to enter contractual relationships. The CO is the only individual who has the authority to enter into, administer, or terminate this contract and is the only person authorized to approve change to any of the requirements under this contract, and notwithstanding any provision contained elsewhere in this contract, this authority remains solely with the CO. No statement, whether oral or written, by anyone other than the CO shall be interpreted as modifying the terms and condition of this requirement. It is the Contractor's responsibility to contact the CO immediately if there is even the appearance of any technical direction that is or may be outside the scope of the contract. The Government will not reimburse the Contractor for any work not authorized by the CO including work outside the scope of the Contract. 7.3. Commitment to Protect Non-Public departmental Information Systems and Data: 1 Commitment to Protect Non-Public Departmental Information Systems and Data Contractor Agreement The Contractor and its subcontractors performing under this SOW shall not release, publish, or disclose non-public Departmental information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of such information: -18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) -18 U.S.C. 1905 (Criminal Code: Disclosure of Confidential Information) -Public Law 96-511 (Paperwork Reduction Act) 7.4 Clauses, Provision, Terms and Conditions The Contractor should be familiar with section 508 requirements as described at http://www.section508.gov/ in order to ensure that documents generated as part of the tasks are fully Section 508 accessible using the available COTS tools. List of 508 Standards applies 1194.21 Software Applications and Operating Systems- Voluntary Product Accessibility Template 1194.22 Web based Intranet Information and Applications 1194.25 Self contained 1194.26 Desktop & portable computers 1194.31 Functional Performance Criteria 1194.41 Information, Documentation and Support FAR 5.246.20 Warranty of Service and Equipment under Performance Specifications or design criteria FAR 52.211-6 Brand Name or Equal (August 1999). FAR 52.217-9 Option to Extend the Term of the Contract (March 2000) The following HHSAR clauses are incorporated by reference: • 352.201-Definitions ( Jan. 2006) • 352.270-12 Tobacco Free Facilities • 352-270-19 Electronic Information & Technology Accessibility • 352.231-71 Pricing of Adjustment • 352.239-72 Security Requirements for Federal Information Technology Resources • 352.242-71 Tobacco-free Facilities ( January 2006) (a) The following clause shall be used in solicitations as provided in 339.201-70 Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by Public Law 105-220 under Title IV (Rehabilitation Act Amendments of 1998) and the Architectural and Transportation Barriers Compliance Board Electronic and Information (EIT) Accessibility Standards (36 CFR part 1194), require that all EIT acquired must ensure that: (1) Federal employees with disabilities have access to and use of information and data that is comparable to the access and use by Federal employees who are not individuals with disabilities; and (2) Members of the public with disabilities seeking information or services from an agency have access to and use of information and data that is comparable to the access to and use of information and data by members of the public who are not individuals with disabilities. This requirement includes the development, procurement, maintenance, and/or use of EIT products/services; therefore, any proposal submitted in response to this solicitation must demonstrate compliance with the established EIT Accessibility Standards. Information about Section 508 is available at http://www.section508.gov/. (b) The following clause shall be used in contracts and orders as provided in 339.201-70: Electronic and Information Technology Accessibility (January 2006) Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by Public Law 105-220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained, and/or used under this contract shall be in compliance with the ‘‘Electronic and Information Technology Accessibility Standards'' set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the ‘‘Access Board'') in 36 CFR part 1194. The complete text of Section 508 Final Standards can be accessed at http:// www.access-board.gov/sec508/standards.htm. The standards applicable to this requirement are [identified in the Statement of Work listed below]: (Select the appropriate phrase within the brackets [ ] and complete if necessary and identify location of/provide complete list of applicable provisions. Use the Buy accessible wizard at http://www. buyaccessible.gov if necessary or contact your Section 508 Coordinator) Vendors may document conformance using [attached documentation/industry-standard Voluntary Product Accessibility Template at http://www.itic.org/archives/articles/20040506/ faq_voluntary_product_accessibility_template_vpat.php] (select the appropriate phrase within the brackets [ ]). Vendors should provide detailed information necessary for determining compliance, including defined contractor-incidental exceptions. These clauses may be downloaded from http://www.hhs.gov/oamp/policies/hssar.doc 8... Instruction to Quoters Quoters shall comply with the provisions at FAR 52.212-1(B) and submit an electronic copy to Karen Conroy via email @ karen.conroy@fda.hhs.gov no later than August 07, 2015. @ 3;00pm. Questions will be accepted no later than Tuesday August 5, 2015 at 3:00pm Eastern Time. Offerors shall submit a technical volume and a pricing volume. Volume One -Technical • Demonstrates the Quoters capability to meet each requirement as described under deliverables. • VPACT information must be submitted and completed. • Volume one shall not exceed five pages describing how they can perform. Volume Two- Pricing • Total pricing for items described under 3.1 (Clin description) and Item#5 (Place of performance). • Quoters responding to this RFP must be registered in the System for Award Management (SAM): http:www.sam.gov Far Provision and clauses may be found at http: //www.acquisition.gov/far/index/html. • Quoters shall include a completed copy of the provision FAR 52-212-3 Offeror Representations and Certifications- Commercial Items (March 2015) which can be accessed electronically from the INTERNET at the following address: http://farsite.hill.af.mil/. • FAR 52-212-4 Contract Terms and Conditions- Commercial Item (May 2015) and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2015), applies as follows: 52.233.-3, 52.233-4, 52.203-6, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52-222-35, 52.222-36, 52.222-37 52.225-13, 52.232-33. and 52.239-1. • FAR provisions and clauses may be found at http://www.acquistiion.gov/far/index.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL15-1151248/listing.html)
- Place of Performance
- Address: Food & Drug Administration Wiley Building 5100 Paintbranch Parkway, College Park, Maryland, 20740, United States
- Zip Code: 20740
- Zip Code: 20740
- Record
- SN03812889-W 20150730/150728235347-708758dc2b58fb2809c5dc0a7980b1fb (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 |