Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2007 FBO #1999
SOLICITATION NOTICE

65 -- UNINTERRUPTIBLE POWER SUPPLY

Notice Date
5/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
221122 — Electric Power Distribution
 
Contracting Office
Department of Veterans Affairs;Special Services;1432 Sultan Drive;Suite C;Fort Detrick MD 21702
 
ZIP Code
21702-5006
 
Solicitation Number
V4407-0118
 
Response Due
5/28/2007
 
Archive Date
7/27/2007
 
Point of Contact
Pamela Clark Purchasing Agent 301-619-7764
 
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. This solicitation _V4407-0118_ is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-6646, ATTN: Pamela Clark. The North American Industry Classification System (NAICS) number is 335912 and the business size standard is 1,000. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. Women and small disadvantaged business are encouraged to submit offers. The proposed contract listed here is 100% Total Small Business Set Aside. The Manufacturer is Mitsubishi. Line Item 0001 Mitsubishi 2033A 75kVA (60kw) UPS System, Rating 75kVA, 60kw, Bypass - Internal, Input-208V, 3 phase, Output-208V, 3 phase, Dimensions-43.3"W x 29.5"D x 70.9"H, weight-1,700 lbs, Factory Start-up - MFR P/N: M23A-07514-24B00 or equal - 01 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0002 Batteries and Matching Cabinets to provide 5.2 minutes of runtime, Dimensions-36"W x 29.5"D x 71"H, weight-1,674 lbs, (Includes Internal DC Breaker) - MFR P/N: BC39-215-075B1 or equal - 01 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0003 Batteries and Matching Cabinets to provide 10 minutes of runtime, Dimensions-36"W x 29.5"D x 71"H, weight-2,205 lbs, Factory Start-up - MFR P/N: BC39-300-075B1 or equal - 01 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Line Item 0004 Wall Mount Manual Maintenance Bypass - Tree Breaker, Breaker 300A, Dimensions-36"W x 29.5"D x 71"H, weight- 2,205.00 lbs, Factory Start-up - MFR P/N: WB233-CDP-300-208N or equal - 01 EA - UNIT PRICE _________________, TOTAL PRICE___________________. Standard Features - IGBT [AC-DC] 6kHz PWM Converter, IGBT; IGBT [DC-AC] 6 kHz PWM Inverter, Digital Signal Processing (DSP) Control, Modular IPM/IGBT semiconductor manufactured by Mitsubishi, Low input reflected Harmonies les than 3% THD due to active front end IGBT converter, 1:1 Generator Sizing Ratio, Input Power Factor correction of greater than .98 pf, Superior Non-linear load performance 2% voltage THD, Voltage Regulation of 1% even with 100% unbalance load, Paired Converter/Inverter allow 100% step load without battery discharge, Automatic Electronic Equalizer Charger, Longer battery life due to IGBT converter, low DC Ripple current, UL\CUL approved (1778), ISO 9001, Coated circuit boards (Commercial or Industrial Applications), Touch Screen LCD monitor display for metering, alarms, & diagnostics, Menu driven startup and operation procedures, RS-232 Port with complete UPS Serial Port Communications, Real-time Battery Monitoring Remaining time on battery, Single or Dual Feed Available, Programmable external customer contacts (6 out of 27 possible outputs can be chosen), Built-in maintenance bypass switch (make before break-zero interruption to critical loads), Static Bypass Switch Integral (energized within 150 microseconds), Low audible noise less than 60 dba @ 1 meter, Highest reliability available (3,000,000 MTBF), EPO (Sealed front access or remotely activated with dry contact input), DC disconnect integral to the UPS, Front access (serviceability), Copper Output Isolation Transformer (K13 type of design) If proposing equal items, please submit complete specifications, name of manufacturer and part numbers. Please state FOB destination or Origin. Required delivery date of 31 July 2007 to be delivered to 375 Medical Group/SGSL, 310 W. Losey, Bldg. 1530 Scott AFB IL 62225. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible Offerors whose offer conforming to the solicitation will be most advantageous to the government. The following factors shall be used to evaluate offers: 1) Technically acceptable; and 2) Price. Technically acceptable is more important than price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items. If you are not enrolled in ORCA, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 05, 15, 16, 17, 18, 20, 22, 24, 25, 27, and 33. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the Offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the Offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an Offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; upon request, the contracting officer will make their full text available. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, ATTN: Pamela Clark, no later than 4:00 P.M. eastern daylight time on 31 May 2007. Contact Pamela Clark, Purchasing Agent, at 301-619-7764 or FAX 301-619-6646. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-MAY-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/VA/AFMLOVASS/VASSMD/V4407-0118/listing.html)
 
Place of Performance
Address: 375 MEDICAL GROUP/SGSL;1506 SOUTH DRIVE BLDG. 3275;SCOTT AFB, IL
Zip Code: 62225
Country: US
 
Record
SN01296305-F 20070518/070516222324 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.