Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOLICITATION NOTICE

61 -- Uninterrputible Power Supplies, Labor, and Installation

Notice Date
6/13/2005
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
ACA, Yuma Proving Ground - DABK41, ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street, Yuma, AZ 85365-9106
 
ZIP Code
85365-9106
 
Solicitation Number
W9124R-05-T-0044
 
Response Due
6/22/2005
 
Archive Date
8/21/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Combined Synopsis/Solicitation (CSS) for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12 Acquisition of Commercial Items and Part 13.5 Test Program for Certain Commercial Items, a s supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Request for Proposals (RFP) are being requested and a written solicitation will not be issued. This requirement is being issued under t he Simplified Acquisition Procedures as a Brand Name or Equal per FAR 52.211-6. It is strongly advised that you review FAR Clause 52.211-6 Brand Name or Equal (Aug 1999) for information regarding what must be included with your quote if you are submitting an equal to offer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-04 dated 8 June 2005 and Defense Federal Acquisition Regulation (DFAR) Supplement, 1998 edition, curren t to DCN 20050606. The awarded contract will be firm fixed price. This acquistion is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 335311 with a size standard of 750 employees. All prospective offerors must b e actively registered in the Central Contractor Registration. Offerors may register online at https://www.bpn.gov/CCR/scripts/index.html. The proposal shall consist of four Contract Line Item Numbers (CLIN). CLIN 0001, Quantity: 1, Unit of Issue: Lot, Desc ription: One 65kVA/52kW Liebert Npower Three Phase Uninterruptible Power Supply, Model 37SA065C0C6EA51, 30 minutes full load run time, with the following features and characteristics: AC Input voltage 208V (three phase, three wire plus ground). AC Output v oltage 208V (three phase, four wire plus ground). Single input, true online, 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. 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 Neutr al Isolation. Input filter with 10 percent 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. RS232 interface port. Casters and leveling feet. UL 1778, CSA. One Liebert Bat tery Power Pack rated for 30 minutes at a 52kW load, model 37BP065XUJ1BNL, with the following features: Battery cabinet that includes interconnecting cables to bolt to the left side of the UPS module. Battery circuit breaker to isolate the battery during m aintenance. Valve regulated lead acid battery cells in flame retardant cases, GNB Sprinter or C and D Dynasty brand. Battery to be provided with a 1 year full and 9 year prorated warranty. CLIN 0002, Quantity: 1, Unit of Issue: Lot, Description: Labor and installation for the 65kVA UPS System listed in CLIN 0001 of this CSS. Location will be Building 2105 North End, U.S. Army Yuma Proving Ground (USAYPG), Yuma, AZ. Includes transportation, material, and install battery backup system, connect, startup and ad just as needed. CLIN 0003, Quantity: 1, Unit of Issue: Lot, Description: One 30kVA/24kW Liebert Npower Three Phase Uninterruptible Power Supply, Model 37SA030C0C6EC01, 480 minutes backup with the following features and characteristics: AC Input voltage 208 V (three phase, three wire plus ground). AC Output voltage 208V (three phase, four wire plus ground). Single input, true online, double conversion. Reverse transfer configuration. Phase controlled rectifier/charger. IGBT pulse width modulated (PWM) inverte r. Automatic continuous duty static transfer switch. Internal maintenance bypass switch. 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 percent THD at full output load. 1 Open Comms-Discrete Output Option (Prog rammable Relay Board). Local E.P.O. with provision for remote E.P.O. RS 232 interface port. Casters and leveling feet. UL 1778, CSA. Multiple Battery Breaker Board. Module options include the following: Battery Circuit Breakers. GNB Sprinter S12V500F or C and D Dynasty UPS12-475FR battery to be used. 8 racks to contain 4 battery strings of 240 cells each. CLIN 0004, Quantity: 1, Unit of Issue: Lot, Description: Labor and installation for the 30kVA UPS System listed in CLIN 0003 of this CSS. Location will be Building 2105 North End, USAYPG, Yuma, AZ. Includes transportation, material, and install battery backup system, connect, startup and adjust as needed. If you provide a quotation for other than the Brand Name specified you must provide technical informati on about the product you propose so that a technical determination can be made in the review process. Failure to provide the evidence of any equivalent product may result in your proposal being excluded from consideration for award. All proposals shall be clearly marked with Request for Proposal number W9124R-05-T-0044 and emailed to Michael.McDaniel@yuma.army.mil or sent by facsimile to 928-328-6849 no later than 22 June 2005, Noon Mountain Standard Time (MST). In addition, all questions concerning this r equirement must be emailed to Michael.McDaniel@yuma.army.mil no later than 16 June 2005, Noon MST. Arizona vendors are to include the Arizona Transaction Privilege Tax. All proposals shall include transportation costs. Offerors that fail to furnish require d representations or technical information as required by FAR Clause 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition. FAR provision 52.212-1 Instructions to Offerors of Commercial Items (Jan 2005). Note: In order to complete the Representations and Certifications for the following referenced provisions you must go to the Air Force Web Site at h ttp://farsite.hill.af.mil/Vffar1.htm locate the referenced clause, copy and paste it to a Word Document and complete FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Mar 2005) with Alternate I (Apr 2002) and DFAR 252.212- 7000 Offeror Representations and Certification Commercial Items (Nov 1995). An offeror shall complete only paragraph (j) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Oct 2003). FAR 52.211-16 Brand Name or Equal (Aug 1999). 52.215-5 Facsimile Proposals (Oct 1997). FAR 52.236-12 Cleaning Up (Apr 1984). FAR 52.247-34 FOB Destination (Nov 1991). FAR 52.212-2 Evaluation Commercial Items (Jan 1999), Award will be made on a best value basis and the Government reserves the right to award to other than the low offeror. Paragraph a. of provision 52. 212-2 is completed as follows: i) technical capability of the items to meet the requirements of the Government, ii) past performance, and iii) price. Technical capability is considered the most important evaluation for this acquisition, past performance is second in order of importance, and third is price. Technical proposals will be reviewed for compliance with the Performance Specifications. Past performance will then be evaluated for all offerors whose technical proposal has been determined acceptable. P rice will then be evaluated for offerors whose technical proposal and past performance that have been determined acceptable. Unreasonable prices or a history of poor performance can make the most meritorious technical proposal not the best value. Further, as non-price factors tend to equalize, price differences become more significant. Offerors shall include in their proposal, past performance information on at l east two other contracts in which they provided same or similar items. Past performance information shall include the following: 1) Contract Number, 2) Company/Agency Name and Address, and 3) Point of Contact (Name) with Phone Number and Email Address. FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (Apr 2005) apply to this acquisition. Specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are 52.203-6 Restrictions on Subc ontractor Sales to the Government (Jul 1995) with Alternate I (Oct 1995), 52.219-6 Notice of total small business set-aside (Jun 2003), 52.219-8 Utilization of Small Business Concerns (May 2004), 52.222-3 Convict Labor (Jun 2003), 52.222-19 Child Labor Coo peration with Authorities and Remedies (Jun 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.232-33 Payment by Electronic Fun ds Transfer Central Contractor Registration (Oct 2003), and 52.232-36 Payment by Third Party (May 1999). DFAR Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commerc ial Items (Dec 2004) applies to this acquisition, and specifically FAR 52.203-3 Gratuities (Apr 1984), 252.225-7012 Preference for Certain Domestic Commodities (Jun 2004), 252.225-7021 Trade Agreements (Jan 2005), 252.232-7003 Electronic Submission of Paym ent Requests (Jan 2004), 252.243-7002 Requests for Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), and 252.247-7024 Notification of Transportation of Supplies by Sea. If you plan on participating in this acquisit ion you are required to provide your name, address, phone number, and email address to Michael McDaniel via email to Michael.McDaniel@yuma.army.mil or facsimile (928) 328-6849 for notification of amendments. See Note 1.
 
Place of Performance
Address: ACA, Yuma Proving Ground - DABK41 ATTN: SFCA-SR-YM, Directorate of Contracting, Buidling 2100, Ocotillo Street Yuma AZ
Zip Code: 85365-9106
Country: US
 
Record
SN00828740-W 20050615/050613211824 (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.