Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2007 FBO #2074
SOLICITATION NOTICE

61 -- Clasificaton Code : 61, Uninterruptable (Universal) Power Supply

Notice Date
7/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, AZ, 85004-4424, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQ7105
 
Response Due
8/10/2007
 
Archive Date
8/25/2007
 
Description
This is a combined synopsis/solicitation for the purchase of 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. Quotes are being requested and a written solicitation will not be issued. Solicitation number RFQ7105 (040-IRM-7-0248) is applicable and is issued as a request for quotations. This requirement is UNRESTRICTED with a NAICS Code of 335999 and a corresponding size standard of 500 employees. The description of the commercial item is Uninterruptible Power Supplies (UPS). Delivery shall be no later than September 30, 2007. Acceptance will be at the destination. FOB point is destination. Low Priced Technically Acceptable: In order to enhance the efficiency of the procurement process, the Government intends to evaluate only the lowest priced quote to determine if the quote is technically acceptable and whether the vendor has acceptable or neutral past performance. If the lowest priced quote is reasonably priced and technically acceptable and the vendor has acceptable or neutral past performance, the Government intends to make an award to that vendor and no other quote will be evaluated. If the lowest priced offer is not technically acceptable, the vendor does not have acceptable or neutral past performance, or both, then the Government will evaluate the second lowest priced quote for technical acceptability and acceptable or neutral past performance. This method will continue until the lowest priced, technically acceptable quote, by a vendor with acceptable or neutral past performance, is determined. A purchase order will be in existence once the Contracting Officer has signed the order. Provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. An addendum to this provision is applicable, in which paragraph (h) of FAR 52.212-1 is deleted. Wherever the words offer, proposal, offerors, or similar terms are used in this solicitation or any provision, they shall be read to mean quote, quotation, quoter, vendor or similar corresponding term to reflect that this solicitation is a Request for Quotations, not a Request for Proposals or an Invitation for Bids. In accordance with the FAR Part Two electronic commerce definition and FAR Subparagraph 4.502 (Electronic Commerce in Contracting Policy), the Contractor shall communicate with the Government utilizing electronic mail. Quoters are required to submit completed copies of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quotes. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and does not include any addenda. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, applies to this acquisition. The following clauses within 52.212-5(b) are applicable to this acquisition: 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, and 52.232-33. FAR Clause 52.211-6, Brand Name or Equal, is applicable. If quoting an equivalent item, please email the description with specifications of the item you are quoting. The Contracting Officer will evaluate equal products on the basis of information furnished by the quoter or identified in the quote and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. Unless the quoter clearly indicates in its quote that the product being offered is an equal product, the quoter shall provide the brand name product referenced in the solicitation. Clause FAR 52.252-2, Clauses Incorporated by Reference, is applicable and states: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: http://www.arnet.gov/far. (End of clause) REQUIREMENT: The following are the minimum salient characteristics. Uninterruptible Power Supplies (UPS). Quantity: 1 Complete System Each. MFR: PowerBlade or equal. 3 Phase rack mount UPS system. 36KW in a N+1 configuration, capable of upgrading to 60KW in a N+1 configuration in a single 19 inch rack. Additional modules shall be end user installable. Quantity of 3 modular, 6U 12KW Blade UPS 208Vac with parallel cord for use with Blade UPS enclosure. Quantity of 1 modular, 6U 12KW Blade UPS 208Vac with parallel cord for use with Blade UPS enclosure with SNMP. Blade UPS bar system is 42U enclosure. 19 inch rack included. 3 phase 208v power is the input voltage and electrical service available. A minimum of a 45 minute battery runtime is required. Output voltage required shall be 208 or 208V and 120V 208V output. Output power goes to a distribution panel already in place, separate contract is in place to have electrician (Building Maintenance) connect new UPS to existing panel. Output power receptacles will be hardwired to existing distribution panel, no receptacles are needed. Must be no larger than 1 rack foot print, existing UPS is 18KW and is under-sized. Current system to be replaced is a Best FD18KVA Universal Power Supply, Model# FS18KVA-113. DELIVERY: System to be delivered to Phoenix Area Indian Health Service, Two Renaissance Square, 40 North Central Avenue, Suite 605, Phoenix, Arizona 85004. Contractor shall be responsible for delivering complete system to Suite 605 to address stated above upon delivery. Lift gate shall be required. WARRANTY/MAINTENANCE: Contractor to provide pricing for 1 year on-site 24x7 maintenance and support that includes Battery Replacement. Contractor shall also provide pricing for 4 optional maintenance renewal years, on-site 24x7 maintenance and support that includes Battery Replacement, separate from base year. Telephonic inquires will NOT be accepted. Quotes are due on Friday, August 10, 2007 at 12:00 PM Pacific Daylight Time. Quotes must be sent electronically along with the completed representations and certifications, providing the business size, e-mail address, Dunn and Bradstreet number, CAGE code and Federal Tax ID number to Mr. Santiago Almaraz, santiago.almaraz@ihs.gov. Quoters must be registered in the Central Contractor Registration database at www.ccr.gov to be considered for selection. Request for Quote.
 
Place of Performance
Address: Two Renaissance Square, 40 North Central Avenue, Phoenix, Arizona
Zip Code: 85004-2373
Country: UNITED STATES
 
Record
SN01356064-W 20070801/070730220331 (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.