Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2007 FBO #2047
SOLICITATION NOTICE

K -- APC Backup Power Supply

Notice Date
7/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA930007M5030
 
Response Due
7/24/2007
 
Archive Date
8/8/2007
 
Description
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT & MATERIAL OFFADD: AFFTC/PKT Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93534 SUBJECT: APC Backup Power Supply REF NO.: F1SBAF6332BG01 DUE: 24 July 2007 POC: THANIA GUILLEN, (661) 277-3530 (Fax) 277-2114 DESC: The Air Force Flight Test Center (AFFTC), Edwards AFB intends to solicit and award a sole source, Firm-Fixed Price contract, under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR 13, Simplified Acquisition Procedures, to American Power Conversion Corporation, 132 Fairgrounds RD. West Kingston RI 02892-1517. The NAICS code is 334119. The following items will be procured: 1. Supply and Install a modular UPS power backup system capable of 600kW with initial capacity of 400kW. This system will include a power distribution system, touch screen interface, will be SNMP ready, and have a 200kAIC withstand rating, temperature sensors, fluid sensors and remote observation. This system will be controlled remotely. This system will be used to provide power backup to several Beowulf Linux clusters and PC servers. 2. 3 year warranty with options to extend at least 3 more years. This warranty should include yearly inspections on the system / batteries to confirm that the safety and functionality is maintained. 3. This system is to be modular, with an initial capacity of 400kw, allowing it to be expandable to 600kw. To reach this maximum capacity, only batteries and cables should be needed. Contractors interested in this requirement should submit a technical package, which provides clear and convincing evidence that they can meet the Government?s requirement. In addition, the response should include any special requirements for a commercial contract (i.e. Commercial Financing, Warranty Provisions, Delivery Information, etc.) in accordance with FAR Part 12. Anticipated Award Date is 24 July 2007. Responses must be received no later than (NLT) 1:00 p.m., Pacific Standard Time, 24 July 2007. Responses should be submitted to: Directorate of Contracting, AFFTC/PKT (Attn: Thania Guillen) 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524-1185, Fax: (661) 277-2114, or E-mail thania.guillen@edwards.af.mil or to alternate POC Anthony Garcia; Fax: (661)277-2114or E-mail Anthony.Garcia@edwards.af.mil. This notice of intent is not a request for competitive proposals. However, the Government will consider all responses received within 15 days of the publication of this notice. A determination by the Government not to compete this acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Facsimile responses are acceptable and must be received on or before the closing date. Telephone requests to be placed on a mailing list will not be honored.
 
Place of Performance
Address: ROY HILTON, Building: 8351, Room: 203D, 4 DRACO DR, EDWARDS AFB, CA. 93524
Zip Code: 93524
Country: UNITED STATES
 
Record
SN01333884-W 20070705/070703220901 (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.