|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1999 PSA#2423U.S. Department of Energy, Nevada Operations Office, P.O. Box 98518,
Las Vegas, NV 89193-8518 61 -- MODIFYING EXISTING UPS, REMOVAL/DISPOSAL OF EXISTING BATTERIES,
AND PROCUREMENT/INSTALLATION OF NEW UPS BATTERIES SOL
DE-RQ08-99NV13607 DUE 092999 POC Diane Rodriguez, Purchase Agent (702)
295-1080 or Beverly Colbert, Contracting Officer (702) 295-1466 WEB:
click to access referenced documents,
http://www.nv.doe.gov/business/procurement/solicit.htm. E-MAIL: click
here to send e-mail to purchase agent, rodriguez@nv.doe.gov. (i) This
is a combined synopsis/solicitation for commercial items prepared IAW
the format in Fed. Acquisition Regulation (FAR) Subpart 12.6 Commercial
Items, as supplemented w/additional information included in this
notice. This is notice constitutes the solicitation; quotes are being
requested; separate solicitation document won't be issued. (ii)
Solicitation number is DE-RQ08-99NV13607, Request for Quotation (RFQ).
(iii) Solicitation (this notice) and incorporated provisions --
clauses are those in effect through Fed. Acquisition Circular 97-12.
(iv) Action is 100% set-aside for small businesses. Standard Industrial
Classification Code is 3691 (size standard 500 employees). (v) Offeror
shall provide all materials, labor, and transportation necessary to
modify the existing Uninterrupted Power System; removal/disposal of 264
existing battery population; and procurement and installation of 160
new batteries at the Nevada Support Facility (NSF), 232 Energy Way,
North Las Vegas, NV 89030. (vi) The following are the tasks to be
performed: TASK ONE -- Contractor shall be responsible for completing
following modifications: (1) Reroute load (2.7kva) from system unit #6
(a 20 kva unit) to unit #3 (50 kva unit which currently has a 13.5 kva
load). This will leave unit #3 with a load of 16.2 kva. Remove unit #6,
the battery storage container & Chloride Stepdown transformer to the
on-site storage area. (2) Reroute load (4 kva) from system #7 (a 30 kva
unit) to unit #5 (a 50 kva unit which currently has a 13.5 kva load).
This will leave unit #5 with a load of 17.5 kva. Remove unit #7, the
battery storage container, and Chloride Stepdown transformer to the
on-site storage area. (3) Reroute load (16 kva) from system unit #8 (a
50 kva unit) to unit #5 (a 50 kva unit which currently has a 13.5 kva
load). This will leave unit #5 with a load of 33.5 kva. Remove unit
#8, the battery storage container, and Chloride Stepdown transformer to
the on-site storage area. (4) Unit #1 is off-line. The unit, battery
storage container, and Chloride Stepdown transformer need to be removed
and placed in the on-site storage area. ALL BATTERIES REMOVED FROM THE
SYSTEM MUST BE REMOVED FROM THE SITE BY CLOSE OF BUSINESS EACH DAY.
THE NSF IS NOT CERTIFIED AS A SATELLITE ACCUMULATION AREA FOR HAZARDOUS
MATERIALS. TASK TWO: The Contractor shall complete the removal and
certified disposal of 264 existing batteries. TASK THREE: Once
modification is complete, the contractor shall procure and install 160
new batteries into the modified UPS as follows: 40 batteries in unit
#2 (a 75 kva unit); 40 batteries in unit #3 (a 50 kva unit); 40
batteries in unit #4 (a 75 kva unit); and 40 batteries in unit #5 (a 50
kva unit). TASK FOUR: The contractor shall replace 2 fans on the 2
remaining 50 kva units and replace 1 circuit board in on of the 2
remaining 75 kva units. SYSTEMS INFORMATION: All are Chloride brand and
existing batteries are Dynasty and Johnson Control brand batteries. The
modified system shall consist of following equipment and ratings: Two
(2) 75 kva Chloride units, full rating output of 14 minutes and a 15
minute discharge rate of 133 amps. Each unit containing 40 batteries.
Two 50 kva Chloride units, full rating output of 12 minutes and a 15
minute discharge rate of 100 amps. Each unit contains 40 batteries. All
work is to be performed after normal business hours. Offers must
include fair and reasonable wages per the Service Contract Act and
should be taken into consideration in determining bids. The point of
contact (POC) will be the Lead Project Engineer, Engineering & Asset
Management Division. Coordination with POC is required prior to arrival
in order to gain access to DOE's secured facility. If arrival is not
coordinated in advance and access is denied, the Gov't will not be
liable for costs of that trip. (vii) Delivery Point is NSF, 232 Energy
Way, North Las Vegas, NV 89030 (I-15, exit Lake Meade West, turn right
on Losee Road, left at 2nd light). Acceptance will be at destination.
Delivery will be based on scheduled arranged between contractor and
POC. (viii) Far provision 52.212-1, Instructions to Offerors --
Commercial Items, applies and following addenda to paragraph (b)(4) In
addressing technical portion of this RFQ, offeror must provide
make/model of batteries and plan for accomplishing this work; schedule;
bill of materials; and labor plan. (b)(11) SF-1449 is not included in
this solicitation. Please go to website identified below for form, sign
3 copies and return with quote. (ix) Refer to provision at 52.212-2,
Evaluation -- Comc'l Items: evaluation factors are technical approach,
past performance, and price. Technical approach/past performance, when
combined, are equal to price. (x) Offeror is to complete and return
provision at 52.212-3, Offeror Representations and Certifications --
Comc'l Items. (xi) Clause at 52.212-4, Contract Terms & Conditions --
Comc'l Items is applicable. (xii) Clause at 52.212-5, Contract Terms &
Conditions Required to Implement Statutes & Executive Order4s --
Comc'l Items is applicable as amended. (siii) -- (xiv) N/A. (xv)
Numbered Note 1 is applicable. (xvi) JOB-SITE TOUR is scheduled for
September 13, 1999, at 10:00 a.m. PST, at the NSF. No other tours will
be offered. Attendees MUST be U.S. Citizens. Please fax your
attendance request to (702) 295-5305, Attn. Diane Rodriguez. Offeror
won't be able to tour job-site if no reservation made. QUOTES ARE DUE
9/29/99, 4:30 P.M. PST, at 232 Energy Way, N. Las Vegas, NV 89030 for
handcarried or courier delivered packages ro p.O. Box 98518, Las Vegas,
NV 89193-8518, for packages arriving by USPS, to attention of Diane
Rodriguez. (xvii) Any questions can be referred to Diane Rodriguez,
Purchase Agent at (702) 295-1080 or fax -5305. Posted 08/30/99
(W-SN374387). (0242) Loren Data Corp. http://www.ld.com (SYN# 0295 19990901\61-0006.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|