Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2006 FBO #1819
SOLICITATION NOTICE

70 -- Replacement batteries for Chloride UPSs

Notice Date
11/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Mountain Region Acquisition Division, 325 Broadway - MC3, Boulder, CO, 80305-3328, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NRMJ4000701290DT
 
Response Due
12/4/2006
 
Archive Date
12/4/2006
 
Description
The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) Earth System Research Laboratory (ESRL), Global Systems Division (GSD) proposes to negotiate on a sole source basis a contract under the authority of 41 U.S.C. 253(a)(1) with U P Systems Inc. dba Chloride Power Protection for replacement batteries for their Chloride Power Protection Uninterruptible Power Supply (UPS). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13. The following equipment is affected: Chloride UPS 250kVA (UB2A) SN: B210506 (80 batteries) Chloride UPS 100kVA (UB2B) SN: B202027 (40 batteries) Chloride UPS 100kVA (UB2C) SN: B240309 (40 batteries) Chloride UPS 250kVA (UB2D) SN: B210506 (40 batteries) Requirement: All of the batteries located within these UPS systems are at least 4.5 to 5 years old. As batteries age, they begin to fail at higher and higher rates. The recommended shelf life of a rechargeable UPS battery is about 5 years. After that time period, confidence in the UPS carrying the load it was designed for is diminished. Therefore, as each string of batteries reaches their 'end of life', replacement is required to maintain UPS operational effectiveness. ESRL/GSD requires the purchase of 120 (12-370) and 80 (12-270) replacement batteries with the associated service and installation procedures for the above listed equipment. Sole Make & Model Justification: 1. Chloride Power Protection utilizes the C&D Dynasty batteries for UPS applications as follows: UPS series: ESRL/GSD units currently utilize the C&D Dynasty part numbers UPS12-270FR, UPS12-370FR.; The C&D Dynasty batteries include a 3 year full replacement, 7 year prorated warranty as negotiated through Chloride Power Protection; The C&D Dynasty batteries are shipped in flame retardant cases. Chloride has chosen the C&D Dynasty battery line due to excellent performance, warranty and design; NOAA/ESRL/GSD UPS units have utilized the UPS series batteries since original purchase of the UPS units on site. Battery replacement service includes, but is not limited to: Removal of spent batteries; Installation of new batteries; Rectifier calibration; Re-torquing of all interconnections; Resistance measurements of all battery connections; Battery discharge test; Proper disposal of spent batteries; Labor, travel and expenses. 2. NOAA/ESRL/GSD UPS units are currently covered under the Chloride Manufacturer's warranty. This warranty includes the following coverage: 7X24 coverage for the cost of parts, labor and travel to repair the UPS. (Batteries not included); Each UPS contract includes (2) annual PM visits which include: Internal inspection of UPS system cabinets; Complete operational testing of UPS; Battery voltage verification; Visual inspection of battery/transformer cabinets; Re-torquing of all battery interconnects, if necessary; Re-torquing of all interconnections between system cabinets, if necessary; Resistance measurements of all battery connections; All related labor, travel and expenses; Does not include the cost of parts or labor to replace any batteries found to be suspect during inspection 3. Chloride battery replacements are to be performed by Chloride factory trained, certified and authorized personnel only. Any maintenance whether corrective, routine or emergency performed by 3rd party service groups will affect the existing warranties (including but not limited) in the following ways: All existing warranties will become null and void; Reinstatement of warranties will require recertification on each unit that has been maintained by 3rd party service groups. Chloride reserves the right to reject the recertification on any UPS requiring part replacement, displays improper settings, unit failure, etc. Recertification requires any and all parts requiring replacement or any corrective labor needed be completed by Chloride technicians at an additional cost. Chloride will reserve the right to refuse recertification for a UPS with regard to battery replacement due to, but not limited to: Batteries installed that are outside the specified manufacturer; Batteries installed that are not in a flame retardant case; Batteries installed displaying outdated date codes; Batteries installed displaying mixed date codes; Batteries installed shown to be defective, used, corroded, damaged, etc. Chloride purchases and receives batteries direct from the manufacturer, not a battery distributor. The units are shipped directly from the manufacturer to the end user which aids in the elimination of freight damage, aged batteries, batteries with mixed date codes, etc. Therefore, it is in the best interest of NOAA/ESRL/GSD to purchase the replacement batteries from Chloride Power Protection, thereby maintaining the existing warranties, avoiding additional costs, and realizing the best value. This synopsis is issued for information purposes only. Questions should be submitted in writing to the contracting officer either by fax or email. Any source that believes it can supply the required service should respond by submitting a written narrative statement of capability, including detailed technical information and other technical literature demonstrating the ability to meet the above requirements, within 15 days of this notice, to the above address. Information submitted in response to the notice will be used solely to determine whether or not use of competitive procedures to fulfill this requirement would be in the Government?s best interest and must address qualifications pertinent to this requirement. Notwithstanding responses received - it is at the discretion of the government to add additional sources and or consider other quotes received after close of due date if it is in the best interest of the government. NAICS code for this procurement is 335311. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors-- Commercial, applies to this acquisition and there is no addenda to this provision; FAR 52.212-2, Evaluation--Commercial Items-- The government will award a fixed price purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certifications--Commercial Items--Offerors must include a completed copy of Offeror Representations and Certifications along with the offer; FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition and there is no addenda to this provision; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. The following additional FAR clauses are applicable to this acquisition: 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-3 Buy American Act--Supplies. Reference 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration--all other Terms and conditions in full text, including FAR 52.212-3 (Representations and Certifications) can accessed at http://www.arnet.gov/far/ .FAR Clauses in full text are at http://www.ARNET.gov/far/. CAM 1352.237-72, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Dept. of Commerce Site or IT System (Low Risk Contracts). Hard copies in full text are available from office address and phone number listed in notice. Anticipated award date will be December 4, 2006.
 
Place of Performance
Address: 325 BROADWAY, BOULDER, Co
Zip Code: 80303-3328
Country: UNITED STATES
 
Record
SN01182960-W 20061119/061117220313 (fbodaily.com)
 
Source
FedBizOpps 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.