Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 13,1999 PSA#2494

Department of the Treasury, Financial Management Service (FMS), Acquisition Management Division, 401 14th Street, S.W., Room 454D, Washington, DC, 20227

J -- MAINTENANCE UPS FOR COMPUTER FACILITY SOL FHQ00Q03683 DUE 122099 POC Cheryl Rice, Contract Specialist, Phone (202) 874-0238, Fax (202) 874-7275, Email cheryl.rice@fms.sprint.com -- Cathy Riddick, Manager, Procurement Branch, Phone (202) 874-6595, Fax (202) 874-7275, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&;ProjID=FHQ00Q03683&L ocID=1763. E-MAIL: Cheryl Rice, cheryl.rice@fms.sprint.com. The U.S. Department of Treasury, Financial Management Service (FMS), intends to negotiate sole source with Industrial Machinery Equipment Corporation (IMEC) for remedial and preventative maintenance of its 1600 KVA Hitec prime duty backup power supply generator. Only Hitec Power Protection, Inc. factory trained personnel shall perform all maintenance. Award will be made using Simplified Acquisition Procedures (SAP). The period of performance shall be from December 27, 1999 to September 30, 2000. The system is critical to the continuity of computer operations at the Hyattsville Regional Operations Center (HROC), Hyattsville, Maryland. The system consists of a 16-cylinder Detroit Diesel engine and induction coupler. These components are containerized. Additional components are the Unit Control Panel (UCP), switch gear and choke panel which are located in the uninterrupted power supply (UPS) room at HROC. Remedial maintenance shall be provided on a weekly basis. This shall be conducted through regular site visits, system inspections, cleaning and testing. Preventative maintenance shall include inspection of the: generator for bearing temperature; free wheel clutch for oil temperature and pressure; full system for leaks and fuel levels in the main tank and day tank; cooling system for water levels and leaks; container checking cleanliness ventilation and ambient temperature; diesel engine for lubricant oil pressure and temperature, cooling water level and recording of the diesel engine run time taken from the "hour counter"; starting batteries and add electrolyte solution, if required; induction coupling for brush wear, slip rings, bearings, and coupling temperature; UCP for battery charging voltage, induction coupling current, indicator lamps, mains voltage, mains frequency, load voltage, load current and load frequency; remove, clean, and replace intake air filters on the container; clean excess oil, lubricants or hydraulic fluids caused by leaks or spillage that occur during maintenance. Bi-weekly manual start of the diesel engine shall be performed. Written responses must be received within 7 calendar days of this notice. Offers will be evaluated on the basis of technical criteria meeting the above description. In addition, responses must include pricing, technical qualifications/capabilities, and documentation in detail to allow for evaluation. This includes your commercial price list, and GSA contract and price list (if one exists). Responses without the required documentation will not be considered. The authority is 41 U.S.C. 253(c)(1). No solicitation documents are available. If one is issued, no additional synopsis will be published. No telephone inquiries will be accepted. Responses may be faxed to 202-874-7275 to the attention of Cheryl Rice, with the hard copy to follow in overnight mail. Posted 12/09/99 (D-SN407460). (0343)

Loren Data Corp. http://www.ld.com (SYN# 0074 19991213\J-0009.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page