Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2005 FBO #1292
SOLICITATION NOTICE

70 -- 9T5SJKIC502 - NPOWER SINGLE MODULE SYSTEM - END USER NAVY

Notice Date
6/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
9988 Hibert Street , San Diego , CA 92131
 
ZIP Code
92131
 
Solicitation Number
9T5SJKIC502
 
Response Due
6/14/2005
 
Archive Date
7/4/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 9T5SJKIC502 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 01-27. The associated North American Industrial Classification System (NAICS) code for this procurement is 334119 with a small business size standard of 1,000 employees. However this requirement is unrestricted and all interested offerors may submit a quote. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on Tuesday, June 14, 2005 at 17:00:00 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be CAMP PENDLETON, CA 92055 The GSA FTS Region 9 requires the following items, EXACT MATCH ONLY, to the following: LI 001, Npower Single Module System each consisting of the following: 1. One (1) 100kVA / 80kW Liebert Npower Three Phase Uninterruptible Power Supply, model 37SA100A0C6E, with the following features and characteristics: AC Input voltage 480V (three-phase, three-wire plus ground) AC Output voltage 208V (three-phase, four-wire plus ground) ? Single input, true on-line, double conversion, ? Reverse transfer configuration ? Phase controlled rectifier/charger ? IGBT pulse-width modulated (PWM) inverter ? Automatic continuous duty static transfer switch ? Internal maintenance bypass switch ? DSP (Digital Signal Processing) Controls ? Microprocessor based monitoring and control panel with mimic bus ? LCD Graphic Display with Alarm History Database ? Programmable battery load testing for added reliability ? Load Neutral Isolation ? Input filter with 10% THD at full output load ? 1 Open Comms ? Discrete Output Option (Programmable Relay Board) ? Local E.P.O. with provision for remote E.P.O. ? RS 232 interface port ? Casters and leveling feet ? UL 1778, CSA ? Seismic Floor Anchor Kit 2. One (1) Liebert Battery Power Pack rated for 13 minutes at a 80kW load, model(s) 37BP100XRJ1BNL, with the following features: Battery Cabinet, shipped separately, and includes interconnecting cables to bolt to the left side of the UPS module ? Battery circuit breaker to isolate the battery during maintenance ? Valve regulated lead acid battery cells in flame retardant cases ? The battery is provided with a 1 year full and 9 year prorated warranty ? Seismic Floor Anchor Kit 3. Liebert Maintenance Bypass Cabinet, model 37MB1000AC61P, with the following features: ? Single rotary handle switch interlocked for ?make-before-break? transfer of the load, bypass transformer and output circuit breaker ? Shipped separately, including interconnecting cables to bolt to the right side of the UPS. ? Casters and leveling feet 4. One (1) Liebert Remote Distribution Center(s), model RDC441SB15, with the following features and characteristics: AC input/output voltage 208V (three-phase, four-wire plus ground) 1 Input(s) 24? x 24? foot print to fit on a single 24? floor tile Individually protected output panelboards facing front and rear Keylockable doors with individual hinged panelboard access covers ? Doors and side panels painted Z ? 4 - 42 pole panelboard for Square D bolt-in circuit breakers ? Current Monitoring Panel, phase and neutral current for each panelboard with front and rear displays ? EZ-View Doors with plexiglas opening for viewing the branch breakers without opening the door. Start-up Services, including the following: ? Startup scheduled at the customers designated time ? One preventive maintenance visit during the first year scheduled at the customers designated time, 1, EA; For this solicitation, GSA FTS Region 9 intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. GSA FTS Region 9 is taking this action in a an effort to improve vendor access and awareness of requests while expediting its ability to gather multiple, completed, real-time offers. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their offer using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make an offer on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith offers, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, contact Josielyn Kaai at josielyn.kaai@gsa.gov or FedBid.com at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid.com - Buyers and Sellers agree to use FedBid.com as an independent Venue for buying and selling goods or services, respectively. It is understood that FedBid ranks all bids by price, regardless of the evaluation criteria used by the buyer. Buyers and Sellers understand that a Buyer always maintains all rights assigned under their contracting authority and/or applicable acquisition regulations, and may select the most advantageous bid for the governments purpose while considering offline factors such as delivery, past performance, socio-economic classifications, and source rotation. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to josielyn.kaai@gsa.gov (NOT THROUGH FEDBID.COM) so that they are received at that email address no later than the closing date and time for this solicitation. Delivery shall be made within 30 days or less after receipt of order (ARO).
 
Web Link
www.fedbid.com (a-18014, n-1028)
(http://www.fedbid.com)
 
Place of Performance
Address: CAMP PENDLETON, CA 92055
Zip Code: 92055
Country: US
 
Record
SN00825250-W 20050610/050608212745 (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.