Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2004 FBO #0781
SOLICITATION NOTICE

70 -- BACK-UP BATTERY SYSTEM

Notice Date
1/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
W91ZRS04Q0002
 
Response Due
2/11/2004
 
Archive Date
4/11/2004
 
Point of Contact
Karlene Pratt, 860-524-4871
 
E-Mail Address
Email your questions to USPFO for Connecticut
(karlene.pratt@ct.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91ZRS-04-Q-0002 and is issued as a request for quotes (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Fede ral Acquisition Circular 01-15. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The NAICS code is 335911, SIC code is 3691. The Connecticut Army National Guard, Department of I nformation Management has the requirement for a Back-up Battery System. The government considers Nfinity Model N212C0812600 12kva/8.4kw with 28 minutes backup time, 60 minutes at half load; manufactured by Liebert or equal to meet the minimum needs of the government. The following Liebert features/accessories are also to be included within the base model: ?????? 208 or 240 1-phase input, 208/120 VAC 1-phase output or 240/120VAC 1- phase output ?????? field upgradeable to 16kVa ?????? On-line design with a sine wave output ?????? Three (3) 4 kVA Power Module ?????? One (1) Redundant 4 kVA Power Module ?????? One (1) System Control Module ?????? One (1) Redundant System Control Module ?????? Eight (8) Battery Modules ?????? Equal Interslot SNMP Network Interface Kit; Provides internal hardware and software to Communicate to any 10/100 Mbit Ethernet network or through the internet. ?????? Equal MultiLink Site License Kit for 20 Computers, MLLKD ?????? Weights and Dimensions: 20?????? W x 28??????D x 54?????? H; 1,070 lbs. ?????? On-line design with a sine wave output ?????? Input and Output noise suppression and isolation frame ?????? Casters and leveling feet ?????? 3-5 hour battery recharge time ?????? Low voltage distortion output inverter ?????? Intelligent Bypass ?????? Flame- retardant valve regulated batteries ?????? User interface module provides a mimic diagram of power flow ?????? LCD display provides access to: digital metering, event logging, and user programmable Set points (low battery alarm, battery test, and auto restart delay). ?????? Two year parts and on-site labor warranty 2. Wall Mounted Maintenance Bypass Cabinet OPTION. ?????? 100A output circuit breaker ?????? Weights and Dimensions: 26?????? W x19??????D x 12?????? H; 48 lbs. ?????? Manual bypass transfer switch ?????? Indicator lamps ?????? UPS input disconnect switch ?????? Two year parts and on-site labor warranty 3. SERVICE INCLUDE: ?????? Start-up 7 days/week, 24 hours/day ?????? Customer Operational Training at time of start up ?????? Freight Included: Loading dock delivery, no rigging services or inside delivery Included ?????? First and second year 7days/week, 24hours/day emergency service with 15 minutes ?????? guaranteed phone response and six hour guaranteed on-site response All equipment must be new and conform to all applicable standards and specifications. The Acquisition will be FOB Destination with delivery and acceptance point at Connecticut Army National Guard, State Armory, 360 Broad St., Hartford, Connecticut 06105-3 795. Delivery date shall be within 30 days of receipt of order. Award will be based on price of the base model with options. The provision of FAR 52.212-3, Offeror Representations, applies to this RFQ. A completed and signed copy of this provision shal l be submitted with all offers. The following Federal Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offeror,??????Commercial Items; 52.212-4, Contract Terms and Cond itions??????Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders??????Commercial Items; 52.211-6 Brand Name or Equal; 52.232-33 Payment by Electronic Funds Transfer??????Central Contractor Registratio n. You can visit the web-site at www.arnet.gov/far for the provisions and clauses needed for this synopsis/solicitation and you can also view solicitation at the following website http://www.ct.ngb.army.mil/ebs/advertisedsolicitations.asp. Visit www.ccr200.mil to register with Central Contractor Registration. Proposals maybe faxed to 860-524-4874 or emailed to Karlene.pratt@ct.ngb.army.mil. All inquires need to be addressed in writing to Karlene.pratt@ct.ngb.army.mil, oral communications w ill not be accepted.
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00504625-W 20040117/040115212023 (fbodaily.com)
 
Source
FedBizOpps.gov 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.