Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2007 FBO #2053
SOLICITATION NOTICE

99 -- ACEPS BATTERY REPLACEMENT

Notice Date
7/9/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-47 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
5828
 
Response Due
8/15/2007
 
Archive Date
9/14/2007
 
Description
This is a market survey for the replacement of the battery systems at 25 Air Route Traffic Control Center Critical/Essential Power System (ACEPS) facilities (21 Air Route Traffic Control Centers, 3 large TRACONs, and an ACEPS training facility). The batteries will support 111 each Uninterruptible Power Supplies (UPS)/Uninterruptible Power Modules (UPM) located throughout the contiguous United States and Alaska. The general battery requirements include - 1. The battery strings shall consist of 192 each cells/jars. 2. Each single cell jar shall have a float voltage of 2.25 volts per cell (vpc). 3. End of duty cycle voltage or min voltage during duty cycle shall be 1.75 vpc. 4. Sealed jars, i.e. the jars have no provision for the addition of water or electrolyte or for external measurement of electrolyte specific gravity. 5. Lead-Acid Cells. Cells in which the electrodes are made of lead or lead alloy and the electrolyte is a solution of sulfuric acid. 6. The battery shall utilize a technology that has been used by the Vendor for a minimum of 5 years. 7. Battery string footprint (maximum): 240"L X 28"D X 88"H 8. Maximum weight of battery jar: 240 lbs. Other requirements include: Battery Room Environment requirements; Seismic requirements; warranty; storage instructions, shipping instructions, accessories, shop tests at manufacturing plant; and documentation. The requirement is being considered for an Indefinite Delivery Contract (IDC) consisting of a one-year base period and four one-year option periods. The FAA is seeking a full 100 percent - three (3) year warranty under this requirement, to include parts, labor and travel. The response(s) to this market survey will be used primarily for informational purposes only. The survey is not to be construed as a screening information request (SIR), nor request for offer (RFO). As such, the FAA will not accept unsolicited proposals and assumes no liability for any cost associated with the submission of responses to the survey. Responses from interested parties should include: 1. Statement whether the vendor can satisfy the FAA's needs (see attached draft SOW). 2. Size and status of potential sources 3. Customary practices, including warranties. The principle North American Industry Classification System (NAICS) code for this effort is 335911; Storage Battery Manufacturing. This announcement and the draft statement of work are located at: http://faaco.faa.gov/index.cfm. Respondents are encouraged to review the statement of work and provide questions or comments in writing to Kenneth.M.Carter@faa.gov, or via facsimile at: (202) 267-5420, by 1:00 p.m. EDST, 24 July 2007. All responses to this market survey must be received by 1:00 p.m. EDST, 15 August 2007. All submittals must be submitted to: Kenneth.M.Carter@faa.gov, or via facsimile at: (202) 267-5420. Responses may be in either Microsoft Word 2003 or PDF format.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=5828)
 
Record
SN01337057-W 20070711/070709220600 (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.