Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2007 FBO #2104
SOLICITATION NOTICE

J -- Telecom Battery Repair & Replacement

Notice Date
8/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1T1DE7165AC01
 
Response Due
9/7/2007
 
Archive Date
9/27/2007
 
Description
The 96th Contracting Squadron, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for the Telecom Battery Replacement/Removal Project as listed below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This solicitation is issued as Request for Quotation. This announcement constitutes the only solicitation. The announcement number is F1T1DE7165AC01. The North American Industry Classification System (NAICS) code for this acquisition is 811219 with a size standard of $6.5M dollars. Please identify your business size in your response based upon this standard. This acquisition is for full and open competition. DESCRIPTION: The 96 Communications Squadron requires a turnkey solution that will involve replacement, removal, and disposal of the current -54Vdc battery backup system consisting of 3 strings (24ea GU-27 2880 Amp Hour/PVC Jar) within the Dial Central Office (DCO) in building 252, Eglin AFB. (See attached Statement of Work) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-19. The following clauses are incorporated by reference: FAR 52-212-1, Instructions to Offers-Commercial Item and any addenda to the provisions; 52.212-2, Evaluation-Commercial Items; Technical capability is more important than price, 52-212-3 Offeror Representations and Certifications- Commercial Items (Offerors must submit a complete copy with their offers); 52.212-4 Contract Terms and Conditions- Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: ? 52.203-3, Gratuities ? 52.204-7, Central Contractor Registration ? 52.204-9, Personal Identity Verification of Contractor Personnel ? 52.222-3, Convict Labor ? 52.222-19, Child Labor - Cooperation With Authorities and Remedies; ? 52.222-21, Prohibition of Segregated Facilities ? 52.222-26, Equal Opportunity ? 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans ? 52.222-36, Affirmative Action for Workers With Disabilities ? 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans ? 52.222-41, Service Contract Act of 1965. as Amended ? 52.222-42, Statement of Equivalent Rates for Federal Hires ? 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act ? 52.225-13, Restrictions on Certain Foreign Purchases ? 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration ? 52.223-11, Ozone-Depleting Substances ? 52.233-3, Protest after Award ? 52.233-4, Applicable Law for Breach of Contract Claim ? 52.237-2, Protection of Government Buildings, Equipment, and Vegetation ? 52.247-34, F.O.B Destination FAR 52.252-2 Clauses Incorporated by Reference; (FEB 98) 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 this/these address (es): http://farsite.hill.af.mil FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items ? 252.204-7004 Alt A, ALTERNATE A ? 252.225-7001, Buy American Act and Balance of Payment Program ? 252.225-7012, Preference for Certain Domestic Commodities ? 252.225-7036, Buy American Act ? Free Trade Agreements?Balance of Payment Program ? 252.232-7003, Electronic Submission of Payment Report ? 252.243-7002, Requests for Equitable Adjustment ? 252.247-7023, Transportation of supplies by Sea, with Alt III ? 252.225-7002 Qualifying Country Sources as Subcontractors 5352.242-9000, Contractor Access to Air Force Installations Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. All responses must be received no later than 2:00 P.M., Central Standard Time on 7 September 2007. The quote is at the discretion of the offeror. Send all packages to 96 CONS/MSCB, Attn: Lorna J. Hendrix, 205 West D Ave. Suite 541 (Bldg 350), Eglin AFB, Florida 32542-6862, by facsimile to (850) 882-1680, or email at lorna.hendrix@eglin.af.mil. Betty Guillot will be the alternate POC for this contract; email at betty.guillot@eglin.af.mil or (850) 882-0344. TELECOM BATTERY REMOVAL/REPLACEMENT STATEMENT OF WORK General Requirements This Statement of Work requires a Contractor to engineer, furnish, install, and test a turn key solution involving the replacement, removal and disposal of the current -54Vdc battery backup system consisting of 3 strings (24ea GU-27 2880 Amp Hour/PVC Jar) within the Dial Central Office (DCO) in building 252, Eglin AFB. Specific System Requirements The Contractor shall provide and install 72 new clear flooded cell batteries in the DC power distribution room, building 252. The Contractor will ensure that the new batteries meet these minimum requirements: a. Cell rating: 3030 Ah b. Flat Plate construction-Calcium grid alloys. c. Flame retardant PVC container and cover d. Post Seal: Slide Lock to allowing for natural plate growth e. Float Voltage: 2.17/2.26 VPC f. Specific Gravity: 1.215 g. Post Type: Cast Lead, Double Post h. Electrolyte Withdrawal Tube i. Vent Type: Flame Arrestor, Fused Alumina Specific System/Installation Requirements The Contractor shall provide and install 72 new clear flooded cell batteries in a (3) string configuration. The Contractor shall ensure that the new battery backup system is adequate to support, at a minimum, the current load requirements (625-675amps) with capacity to support 15-20% future growth for no less than 8-10 hours. The Contractor shall replace existing power cables with adequate power cable if necessary. The Contractor shall utilize existing cable rack/framework, and battery stands. The Contractor shall provide all lugs and straps to connect batteries. The Contractor shall provide battery disconnect(s) breakers or switches that will allow for disconnection of each string independently. The Contractor shall remove existing GU-27 battery strings and dispose of using an approved/certified EPA recycling plant. The Contractor shall remove and dispose of all excess or displaced cabling, hardware, and trash. The Contractor shall ensure new batteries are fully charged and tested to optimum levels. The Contractors shall ensure installation, transition, and testing to DC power plant with no disruption in service. a. Current Battery Backup System: 72 Exide GU-27 2880 AH telecom batteries (3 strings) b. Current Load: Approx. 625amps
 
Place of Performance
Address: 4 West D. Ave (Bldg 252)
Zip Code: 32542
Country: UNITED STATES
 
Record
SN01389105-W 20070831/070829221158 (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.