Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
MODIFICATION

Z -- Maintenance of Uninterruptible Power Supply Units

Notice Date
8/17/2004
 
Notice Type
Modification
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Property Procurement and Management Section, 935 Pennsylvania Avenue, N.W., Washington, DC, 20535
 
ZIP Code
20535
 
Solicitation Number
RFP911963
 
Response Due
5/10/2004
 
Point of Contact
Garland Crosby, Contracting Officer, Phone 202-324-9013, Fax 202-324-0570,
 
E-Mail Address
ppmsscgcu@fbi.gov
 
Description
*****THE NEW DATE FOR SUBMISSION OF PROPOSALS IS 4:30PM EST, FRIDAY SEPTEMBER 10TH 2004*****This is a combined synopsis and solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6. This synopsis and solicitation is being issued as Request For Proposal number 911963, the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2001-22. This announcement is supplemented by two electronic documents: ONE - an SF-1449 ASolicitation/Contract/Order for Commercial Items@ and TWO - a complete APricing Section@. These documents can be found at www.fedbizopps.gov under FBI RFP 911963; proposals are being requested by 4:00PM Monday, May 10, 2004 and additional written solicitation information shall not be issued. This acquisition is 100% Small Business set-aside and is being conducted under the procedures of the Federal Acquisition Regulation (FAR) Parts 12 and 13. The North American Industry Classification System (NAICS) Code for this requirement is 811212 with a business size standard of 18 million dollars. This will be a Fixed Price Service Contract for a maintenance and emergency repair service agreement to keep the FBI Headquarters Uninterruptible Power Supply (UPS) system operating at full capacity. The equipment to be maintained is in two areas, the first consists of four Liebert 1,000KVA UPS systems, two system control cabinets, two maintenance bypass breakers, two 240 battery banks, site scan monitoring system and twelve power distribution units and the second consists of three Liebert 225 KVA UPS systems, system control cabinet, six battery cabinets and a maintenance bypass breaker. Proposal shall include performance and pricing for the maintenance and service on stated UPS equipment and batteries for Uninterruptible power system three phase models. The proposal shall include; Guaranteed 4-hour on site response, 7 days/week, 24 hours/day; Includes 100% parts coverage; Includes 100% labor and travel coverage, 7 days/week, 24 hours/day; Performance by Liebert factory trained customer engineer(s); One Semi-Annual and one Annual Preventive Maintenance service visit. The Contractor shall perform full UPS preventive maintenance service which shall include: A SEMI-ANNUAL SERVICE VISIT - Perform a temperature check on all breakers, connections and associated controls. Repair and report all high temperature areas; Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables and major components; Check modules completely for the following - (1) rectifier and inverter snubber board for discoloration. (2) power capacitors for swelling or leaking oil. (3) DC capacitor vent caps that have extruded. (4) record all voltages and current meter readings on the modules control cabinets and system control cabinets. (5) measure and record harmonic trap filter currents. AN ANNUAL SERVICE VISIT - includes the above services plus - Check the inverter and rectifier snubbers for burned or broken wires; Check all nuts, bolts, screws, connectors for tightness and heat discoloration; Check fuses on the DC capacitor deck for continuity; Perform operational test of system, including unit transfer and battery test; Calibrate and record all electronics to system applications; Install or perform Engineering field changes as necessary; Measure and record all low-voltages power supply levels; Measure and record phase to phase input voltage and current; Review system performance and provide detail findings. BATTERY INSPECTION OF SEALED CELLS includes - Guaranteed 4-hour response 7 days/week, 24 hours/day; Emergency service coverage 7 days/week, 24 hours/day; Battery replacement when necessary; Preventive maintenance inspections; Inspections performed twice a year, provide reading on batteries. The contractor shall work on an as needed basis to provide complete emergency coverage, 24 hours a day, 7 days a week, 365 days a year (including weekends and holidays). A inspection report shall be provided to the FBI each time a system engineer preforms a inspection or repair. The contractor shall provide a Liebert certified and trained system engineer to work on each system and associated equipment. The engineer shall be able to understand how systems are tied into building design and generator function and must be able to pass clearance check to work in controlled areas. The contractor personnel performing under this contract shall obtain an FBI ASecret@ level security clearance, in which Forms FD-258, FD-316, FD-484, and FD 816 shall be completed and submitted to the Contracting Officers Technical Representative prior to award and/or Notice to Proceed. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerors - Commercial Items (Jan 2004), FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003). FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2004) . Each offeror shall include a completed copy of the FAR provisions at 52-212-3, Offeror Representation and Certifications (Jan 2004) with its offer. This provision can be obtained via the Internet at www.far.arnet.gov/far. All responsible and eligible Small Business sources may submit a proposal which, if timely received shall be considered by the agency. The Government will award to the responsible offeror whose offer conforming to the attached solicitation will be most advantageous to the Government, technical capabilities, price and other factors considered. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan 1999). Offerors are required to use the attached Standard Form 1449 - Solicitation/Contract/Order for Commercial Items. The following factors, in descending order of importance shall be used to evaluate offers: (1) Quality of the maintenance and repair services plan offered, (2) Pricing offered, and (3) Offeror past performance record. The Pricing provided shall include all contractor costs including: labor, wages, indirect costs (including overhead, travel, fringe benefits and general and administrative expenses) and profit. All labor rates shall be in full accordance with official US Department of Labor wage rates, see website www.wdol.gov for details. All proposals shall include past performance information which consists of contact information (ie. name, address, phone numbers and services description) for three professional references that confirm contractor capabilities. The period of performance for this contact shall be for one base year from the date of award, with the option of four - one year option periods thereafter. The Government retains the right to execute up to four option periods. Note: All contractors must be registered in the Central Contract Registry (CCR) prior to receiving an award; see web-site www.ccr.gov for details on the CCR. Questions from potential offerors must be received at (202) 324-0570 by 12PM Wednesday, April 28, 2004. In accordance with FAR provision 52.215-5 Facsimile Proposals (Oct 1997), all proposals must faxed to (202) 324-0570 no later than 4:00 PM. EST. Monday, May 10, 2004. Proposals and offers must state offeror name, address, and telephone number and be marked with solicitation number RFP 911963. Proposals not received at the mail or fax location specified will be considered late/non?responsive in accordance with the FAR. The point of contact for all information is Garland L. Crosby Jr., (202) 324-9013. The Government anticipates award to be made within two (2) weeks after closing.
 
Record
SN00645250-W 20040819/040817211919 (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  © 1994-2020, Loren Data Corp.