Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
MODIFICATION

59 -- UPS - 80 KVA, BRAND NAME OR EQUAL SOLICITATION

Notice Date
11/4/2015
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-15-T-7221
 
Response Due
11/6/2015
 
Archive Date
12/6/2015
 
Point of Contact
Point of Contact - DANILO B IBARRA, Contract Specialist, 619-553-1154; BELINDA SANTOS, Contracting Officer, 619-553-4502
 
E-Mail Address
Contract Specialist
(danilo.ibarra@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0002 EFFECTIVE DATE 11/3/2015. 1. The purpose of this amendment is change the capacity of Item 0001 To; UPS MITSUBISHI 1100B SERIES UPS - 70 KVA (or equivalent). CAPACITY: 70 KVA /INPUT/OUTPUT VOLTAGES: 208Y/120 VAC, 3-PHASE 4-WIRE+GROUND, HARDWIRED HOT-SWAPPABLE POWER MODULES. 93% EFFICIENCY RATING (ENERGYSTAR RATED) COMPACT DESIGN: 31.5"W X 27"D X 67.3"H, From UPS MITSUBISHI 1100B SERIES UPS - 80 KVA (or equivalent). CAPACITY: 80 KVA / 72 KW INPUT/OUTPUT VOLTAGES: 208Y/120 VAC, 3-PHASE 4- WIRE+GROUND, HARDWIRED HOT-SWAPPABLE POWER MODULES. 93% EFFICIENCY RATING (ENERGYSTAR RATED) COMPACT DESIGN: 31.5"W X 27"D X 67.3"H, QTY 1 each. 2. RFQ end-date is extended to 6 November, 2015 @ 10:00 AM PST. 3. All other terms and conditions remain the same. ********************************************************* AMENDMENT 0001 EFFECTIVE DATE 9/30/2015. 1. The purpose of this amendment is to incorporate Item 0005, Shipping Cost and Item 0006, UID Tag/Label cost for Items $5,000 and more; (DFAR 252.211-7003: ITEM IDENTIFICATION AND VALUATION; DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html.) 2. RFQ end-date remains the same. 3. All other terms and conditions remain the same. ********************************************************* This is a SSC Pacific combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes only the solicitation. Competitive quotes are being requested under N66001-15-T-7221. This requirement is set-aside for small businesses, NAICS code is 335999 and the size standard is 500 PERSONNEL. FSC 5996 RFQ is BRAND-NAME OR EQUAL but MUST NOT exceed the dimensions / weight of the required items as listed in the attached specifications. Item 0001, UPS MITSUBISHI 1100B SERIES UPS - 80 KVA (or equivalent). CAPACITY: 80 KVA / 72 KW INPUT/OUTPUT VOLTAGES: 208Y/120 VAC, 3- PHASE 4-WIRE+GROUND, HARDWIRED HOT-SWAPPABLE POWER MODULES. 93% EFFICIENCY RATING (ENERGYSTAR RATED) COMPACT DESIGN: 31.5"W X 27"D X 67.3"H, QTY 1 each. Item 0002, MITSUBISHI 1100 SERIES (or equivalent). MATCHING BATTERY CABINET -10 MINUTE BATTERY BACK-UP: 10 MINUTES AT 80 KVA MATCHING CABINET WITH ENERSYS 5 YEAR RATED SEALED VRLA BATTERIES AND DC DISCONNECT QTY 1 each Item 0003, MITSUBISHI 1100 SERIES (or equivalent). WALL MOUNT MAINTENANCE BYPASS SYSTEM (MBS) 3 BREAKER MAKE-BEFORE- BREAK SWITCH, WITH KIRK-KEY INTERLOCK QTY 1 each. Item 0004, NETCOM 1100 SNMP WEB ADAPTER FOR MONITORING AND ALARM REPORTING (or equivalent). QTY: 1 each DELIVERY ADDRESS: SPAWARSYSCEN PACIFIC ATTN: JOHN COTHERN, 71730 (TEL. 619-553-2824) 4297 PACIFIC HIGHWAY, BLDG 7 SAN DIEGO, CA 92110. Basis for award: The government anticipates awarding a firm-fixed price purchase order and it will be based on the lowest technically acceptable quote. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-72 (01/29/2014) and Defense Federal Acquisition Regulation Supplement (DFARS), March 11, 2014. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at www.farsite.hill.af.mil. FAR Clause at 52.212-1, Instructions to Offerors Commercial, and 52.212-4, Contract Terms and Conditions Commercial Items, incorporated by reference, applies to this acquisition. FAR Clause 52.212-3, Offeror Representations and Certifications -- Commercial Items and DFAR S 252.212-7000 Offeror Representations and Certifications--Commercial Items applies to this acquisition in e-Commerce. FAR Clause 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.211-6, Brand Name or Equal, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor (E.O. 11755), 52.222-19, Child LaborCooperation with Authorities and Remedies (E.O. 13126), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (E.O. 11246), 52.225-13, Restrictions on Certain Foreign Purchases (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 TransferCentral Contractor Registration (31 U.S.C. 3332), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive OrdersCommercial Items (Deviation) also applies to this acquisition, 52.204-99, System for Award Management Registration (Deviation), FAR 52.222-36, Affirmative Action for Workers with Disabilities, 52.204-2, Security Requirements, 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law, 252.211-7003, Item Unique Identification and Valuation. RFQ end date: 02 OCT, 2015. 10:00 AM PST. Quotes uploaded on the SPAWAR e-commerce website at https://e-commerce.sscno.nmci.navy.mil under SSC Pacific/Simplified Acquisitions/N66001-15-T-7221. The point of contact for this solicitation is Danilo Ibarra at danilo.ibarra@navy.mil. Please include RFQ N66001-15-T-7721 on all inquiries. All responding vendors must have a completed registration in the System for Award Management (SAM) program prior to award of contract. Information to register in SAM can be found at: https://www.sam.gov/portal/public/SAM/. Complete SAM registration means a registered DUNS and CAGE Code numbers.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bae7f77d849294d5170357799b045179)
 
Record
SN03938131-W 20151106/151104235100-bae7f77d849294d5170357799b045179 (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.