Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 2,1999 PSA#2380

Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100

61 -- UNINTERRUPTIBLE POWER SUPPLY SYSTEMS (UPS) AMENDMENT 0002 SOL N00178-99-R-2041 DUE 072099 POC Nancy Paulisch, Code SD125, (540)653-7942 WEB: NSWCDD Procurement Homepage, http://www.nswc.navy.mil. E-MAIL: Questions concerning this amendment., SD12@nswc.navy.mil. The purpose of this amendment is make specification changes, clarify previously stated performance requirements, respond to all inquiries received to date and to provide site visit instructions. Accordingly, the following supplemental information to Synopsis/Solicitation is provided. Specification revisions: (1) Under salient characteristics for CLIN 0001 (125KVA/100KW Three Phase UPS) and CLIN 0002 (40KVA/32KW Three Phase UPS) change from "RS232 communications interface, SNMP compatible" to RS232 communications interface or SNMP compatible"; (2) Under salient characteristics CLIN 0001 (125KVA/100KW Three Phase UPS) change from "400 amp maintenance bypass panelboard" to "600 amp maintenance bypass panelboard" (3) the delivery schedule has been change from "60 days from date of award" to "delivery shall be made no earlier than 27 September and no later than 5 October 1999" (4) specific delivery/installation requirements are hereby added as follows: Delivery and Installation Requirements: Delivery will be received at NSWCDD receiving (Bldg 125), where appropriate loading docks are available to receive the units. Upon delivery, the contractor shall schedule an installation date with the Government. The Government point of contact for scheduling delivery is Brian Seay, Code N83, telephone (540) 653-2579, e-mail seaybh@nswc.navy.mil. The installation will be scheduled to occur on a weekend and will be schedule for sometime after 15 October 1999 but no later than 31 October 1999. When the contractor arrives on-site to perform the installation, the units will have been placed in their final destination at the ACC and ready for installation/checkout (i.e. the contractor will not be required to move or place the units). The following addresses the specific installation guidelines of each of the units being procured: -- ACC Room 100 -- Install 40 KVA UPS -- Disconnect existing 125 amp panel splice and extend panel feed to new UPS setting approximately 5 ft. from service panel. Provide cable from load side of UPS to refeed main breaker in panel. -- ACC Room 111 -- Install 125 KVA UPS -- Disconnect two existing 225 amp panels -- terminate feed of one. Splice and extend feed of second panel to supply power for UPS system -- extend load side of UPS to refeed both power panels. UPS unit will be place approximately 15 feet from power panels. -- ACC Room 128 -- Install 125 KVA UPS -- Disconnect two existing 225 amp panels -- terminate feed of one Splice and extend feed of second panel to supply power for UPS system -- extend load side of UPS to refeed both power panels. UPS system will be place approximately 10 feet from power panels. All wiring (provided by the contractor) shall be copper and will be run in flexible metallic tubing. Where possible all tubing will be run under raised floor and concealed where possible on the walls. The contractor shall perform the following test on the UPS units prior to acceptance by the Government: 1) load test; 2) load/time test; 3) voltage test; 4) phasing test. The contractor shall provide the load bank to perform the load testing. Clarifications: Batteries shall be serviced by the contractor every 3 months or in accordance with battery specifications. This service shall ensure that the batteries are tested and remain functional. Any failed batteries shall be disposed of by the contractor. This requirement is not a replacement for an older system. The salient characteristics listed are minimum technical requirements and can be exceeded. This is a best value procurement and consideration will be given for any additional technical capabilities proposed. Award will be made on an all or none basis and split awards will not be considered.. The award decision for this procurement will be based on technical capability, past performance and proposed price. The successful offeror will be the responsible offeror that offers the best total value to the Government. Site Visit Instructions: The AEGIS Computer Center (ACC) will provide all interested contractors the opportunity to perform site surveys on 12 July 99 at 1300. The POC for this site survey will be Mr. Brian Seay. The purpose of the site survey is to allow the contractors to physically view where each UPS system will be installed, where the power panels are located that will require connections and where power cabling must be routed. Other questions/technical issues will not be addressed at this time. All contractors interested in performing a site survey must provide a list of personnel to the ACC who will be attending the site survey. The list should be faxed to Mr. Seay at (540)653-2092 no latter than 1600 on 8 July 99. The site survey will begin promptly at 1300. All contractors should plan on arriving at NSWCDD no latter than 1230 on 12 July 99 to allow time to get badges at visitor control and proceed to the ACC. Visitor control will have a list of contractors that will be attending the site survey. All contractors should stop at the NSWCDD Visitor Control office, receive a temporary badge, and request directions to main entrance of Bldg 1510. Please contact Mr. Seay at (540)653-2579 if a map and directions to NSWCDD are required. The closing date for this synopsis/solicitation remains the same 20 July 1999 at 1400. Posted 06/30/99 (W-SN348970). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0312 19990702\61-0010.SOL)


61 - Electric Wire and Power and Distribution Equipment Index Page