Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
DOCUMENT

70 -- UPS and Remote Management Card Brand Name or Equal to CyberPower Systems See Salient Characteristics - Attachment

Notice Date
8/10/2018
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q9807
 
Response Due
8/17/2018
 
Archive Date
8/19/2018
 
Point of Contact
Abigael Schultz
 
Small Business Set-Aside
N/A
 
Description
Page 6 of 6 COMBINED SYNOPSIS/SOLICITATION GENERAL INFORMATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95, dated January 19, 2017. Solicitation 36C26218Q9807 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. Solicitation number 36C26218Q9807 is issued as a Brand Name or Equal Request for Quotation (RFQ). This RFQ is NOT set aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1250 employees. The Government is seeking a contract to acquire UPS/Network Cards. This solicitation is for brand name or equal and offerors shall be an authorized distributor by the manufacturer and must be able to offer full manufacturer warranties. Place of Performance: VA Greater Los Angeles Healthcare System 11301 Wilshire Blvd Los Angeles, CA 90073 Period of Performance: Delivery before 09/30/2018 Item # Description Qty Unit of Issue UPS2200-120V 2200VA UPS/Network Card 140 EA UPS3000-240V Smart App Online UPS System,3000VA/2700W 175 EA RMCARD205 Remote Management Card for UPS 315 EA Installation Installation: unbox, place UPS in rack, install remote access card on switch for network monitoring and plug in to switch and to power outlet. They will be installed in 3 buildings on the Los Angeles VA Hospital campus. Exact room locations will be provided after award. 315 EA Service Agreement 1year service contract: Warranty/service contract will cover repair/replacement of defective units. This should include preventative maintenance and equipment repair/replacement if the part fails during an outage 315 EA Shipping Delivery to Warehouse, (cannot exceed $249) (Pricing shall be all inclusive of licenses, fees, etc.) Salient Characteristics Needed: CyberPower Systems OL2200RTXL2U, OL3000RTXL2UHV 1. Double-Conversion Topology Provides consistent, clean, and nearly perfect power, regardless of the condition of incoming power. Systems with this technology operate on isolated DC power 100% of the time and have a zero-transfer time because they never need to switch to battery. Double-conversion UPS systems are designed for high-end system components, corporate servers, lab equipment, and other sensitive electronic devices. 2. Sine Wave Output Provides power protection to ENERGY STAR ® 6.0 systems with Active PFC power supplies. 3. LCD Control Panel Displays UPS status data and configures operating settings from up to 10 ft. away (DB26 cable not included). The LCD control panel displays and allows configuration of IP address settings when an RMCARD205 is installed. 4. Upgradeable UPS firmware The UPS firmware that manages the unit s features and functions is field upgradeable. UPS firmware upgrades require an RMCARD205 to be installed in the UPS and are done via the web management interface. (RMCARD205 must have firmware version 1.10 or above AND UPS firmware must be Sv3A00 or above) 5. Extended Battery Module (EBM) Extend runtime by adding EBMs. This UPS allows for up to ten added modules. 6. Fast Charge Technology Allows UPS batteries to return to 100% capacity more rapidly by utilizing a built-in charger inside each EBM. Restores a complete charge within 5 hours regardless of the number of EBMs. 7. Smart Battery Management (SBM) Improves and extends the functional life of a UPS battery and reduces excessive heat during work cycles by using a three-cycle charging process. 8. GreenPower UPS ECO Mode Improves UPS efficiency up to 95%; saves on electrical and cooling costs. 9. Hot-Swappable Batteries Eliminate downtime related to UPS power maintenance for continuous power availability. 10. Critical & Non-Critical Loads The UPS has two banks of outlets which can be configured so that the non-critical loads shut off after a set timeframe to provide additional runtime for the critical load outlet. Users can prioritize their equipment runtimes to maximize the output of the UPS to meet their power requirements. 11. Emergency Power Off (EPO) Allows the UPS to be shut off in the event of an emergency, when the EPO port is connected to an EPO switch. 12. Generator Compatible Provides stable sine wave output (free of harmonics and distortion) without switching to battery mode when running on generator input power. 13. Converter Mode Provides the flexibility to set the output frequency, regardless of the input frequency, to match connected equipment by selecting 50Hz or 60Hz output on the LCD control panel. 14. USB & Serial Connectivity Enables full integration with built-in power management and auto shutdown features on Windows, Linux, and VMware systems through a HID-compliant USB port and Serial port. 15. EMI/RFI Filters Prevent electromagnetic and radio frequency interference to ensure clean power for connected equipment. 16. Audible Alarms Identify when the model is running on battery power, overloaded, or has a low battery. 17. Resettable Circuit Breaker Interrupts an electric current in a circuit when the current becomes too high. 18. LED Status Lights Indicate Power On, Line Mode, Battery Mode, Bypass Mode, Fault, Replace Battery. 19. Rack/Tower Versatility Allows for horizontal rack or vertical tower installation. 20. PowerPanel ® Business Edition Software Provides IT professionals with tools for monitoring and managing the UPS and backup power. This software offers remote management functionality. Free software download available. 21. ENERGY STAR This model is an ENERGY STAR ® certified Uninterruptible Power Supply (UPS) system. ENERGY STAR is the trusted, government-backed symbol for energy-efficient products and practices that help save money and protect the environment. 22. One-Year Warranty CyberPower will repair or replace a defective UPS system (including batteries) within three years of the purchase date. See warranty for details. 23. Connected Equipment Guarantee CyberPower will repair or replace properly connected equipment if it is damaged by a power surge. 24. Must be compatible with Tripp Lite PDU Monitored 208-240V 20A C13 8 Outlet L6-20P 1U RM PN# PDUMNH20HV CyberPower Systems RMCARD205 1. Environmental Sensor Compatibility The optional ENVIROSENSOR connects to the Universal port on the RMCARD205 to monitor ambient temperature and humidity. Notifications are enabled by default and alert thresholds can be easily customized to fit environmental control requirements. 2. Remote Management Allows administrators to control and configure the UPS without being onsite via a standard web browser, command line interface (CLI), or network management system (NMS). 3. Built-In Automatic Shutdown In conjunction with PowerPanel Business Edition Client, you can protect servers and workstations from data loss due to power failure. 4. Offsite Scheduling of UPS and ATS PDU Operation Lets administrators conduct scheduled times for UPS and ATS PDU shutdown, startup, and reboot. Functionality includes event action management, event logging, and automatic event notification. 5. Automatic Event Notification Provides immediate updates about power events via Email, SMS, SNMP Traps, or Syslog server. 6. Event Logging and Status Records Traces the UPS and ATS PDU operational history, tracking events and input/output power status records. 7. Event Action Settings Allows administrators to customize UPS actions in response to power and system events. 8. Upgradable Firmware Keep the RMCARD205 up to date with the latest firmware version. New firmware releases include new functionality, feature enhancements, and bug fixes. 9. Upgradable UPS Firmware* Maintain UPS firmware that manages features and functions up to date to. The UPS firmware upgrade is easy to do via the web management interface. 10. One-Year Warranty CyberPower will repair or replace a defective UPS system (including batteries) within three years of the purchase date. See warranty for details. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, the telephone number of the offeror, firm s DUNS#, total price. Offerors shall have completed FAR Clause 52.212-3 Offerors Representations and Certifications-Commercial Items in Systems for Award Management SAM at www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications-Commercial Items. Response to this RFQ shall be due by Friday, August 17, 2018, at 5:00 PM Eastern Standard Time (EST). Quotes shall be submitted electronically via email to Abby Schultz, Contracting Officer at abigael.schultz@va.gov. Offerors are advised to review and monitor the FBO website for the most up to date information, including all amendments. Correspondence or questions may be directed to Abby Schultz at abigael.schultz@va.gov, with 36C26218Q9807 in the subject line. Telephone inquiries will not be honored. Inquiries after the allotted period may not receive a response due to the time constraints of the procurement. NOTICE LISTING CLAUSES INCORPORATED BY REFERENCE The following clauses are hereby incorporated by reference (by Citation Number, Title, and Date) in accordance with the clause at FAR "52.252-2 CLAUSES INCORPORATED BY REFERENCE" contained in this document. See FAR 52.252-2 for an internet address (if specified) for electronic access to the full text of a clause. FAR Number CLAUSES Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 52.212-5 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS COMMERCIAL ITEMS FEB 2012 JAN 2017 52.217-8 OPTION TO EXTEND SERVICE NOV 1999 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES PROVISIONS APR 1984 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 3 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 3 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 6 months. (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the Accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have the electronic invoicing capability as described above. (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) This RFQ is open to all vendors, regardless of size. The order cannot be split, quotes must include all items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9807/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q9807 36C26218Q9807.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536716&FileName=36C26218Q9807-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4536716&FileName=36C26218Q9807-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Greater Los Angeles Healthcare System;11301 Wilshire Boulevard;Los Angeles, CA 90073
Zip Code: 90073
 
Record
SN05031686-W 20180812/180810230937-1bf6b883d4b12e632135f865572361e9 (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.