Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2007 FBO #2123
MODIFICATION

61 -- UPS System

Notice Date
9/17/2007
 
Notice Type
Modification
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-F3Z3517239AC01UPS
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Point of Contact
Jose Hernandez, Contract Specialist, Phone 707-424-7770, Fax 707-424-2712,
 
E-Mail Address
jose.hernandez-02@travis.af.mil
 
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. The reference number is F3ZT907173A002; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and Defense DCN 20070906. This acquisition will be unrestricted; the North American Industry Classification System (NAICS) code is 335311. The business size standard is 750 Employees. The Federal Supply Class (FSC) is 6150. The Standard Industrial Classification (SIC) is 2599. This request for quotation consists of the following item OR EQUAL: ITEM 0001: Toshiba 100kVA/100kW 100kVA/100kW G8000 Series UPS System: 208V, 60 Hz. 3-Ph/3-Wire Primary Input 208V 60-Hz. 3-Ph/4-Wire Output Approx. Dim: 78.0"W x 33"D x 78.7"H, 1 Each. ITEM 0002: Toshiba Battery Solution 10 Minute Full Load @ 100kw Load Battery Cabinet for 100kVA G8000 UPS 1 cabinet Includes main DC breaker with shunt trip Approx. Dim: 36"W x 29.5"D x78.7"H, 1 Each. ITEM 0003: Start-up Services Normal Hours M-F, 8-5, 1 Each. 1 Toshiba 1yr Onsite Warranty, 1 Each.ITEM 0004: Resistive Load Bank Test (100-Foot of Cable), 1 Each. ITEM 0005: Installation, 1 Each. Installation will include: 1. Carefully take down demountable wall and replace after UPS has been installed and has been started up 2. Provide onsite design engineering 3. Remove existing UPS and batteries and dispose of properly 4. During off hours shut down critical load and power to panels from bypass cabinet so feeder to outside panel can be relocated above ceiling to make room for UPS that is taller than existing unit. Agape Systems to provide technician to transfer load on and off bypass 5. Receive and set the new UPS and battery cabinet 6. Install 400 amp UPS input feeder from panel to UPS 7. Install 400 amp UPS output feeder from UPS to bypass cabinet 8. All feeders will run through the ceiling area and then back down to there perspective locations 9. Install DC wires between cabinets 10. Assist in the start up of UPS 11. Provide as-built drawings of UPS system wiring only 12. Install new bypass cabinet, install new feeders to bypass and dispose of exiting bypass cabinet. Award in the agregate. This will be an all or none award. The following provisions and/or clauses apply to this acquisition. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov . If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-3 shall be completed as noted above and submitted with the offer. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the item offered to meet the Government requirement. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Deviation).52.203-3, Gratuities. 52.203-6 Alt I Restrictions on subcontractor Sales to the government. 52.204-4, Printed or copied Double-Sided on Recycled Paper. FAR 52.204-7 Central Contractor Registration. FAR 52.209-6, protecting the Government?s Interest. 52 219-8, Utilization of Small Business Concerns. 52.222-19, Child Labor- Cooperation with Authorities and Remedies. 52.222-3 Convict Labor. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35, equal opportunity for disabled Veterans. 52.222-36, Affirmative Action for Workers with Disabilities. 52.222.37 Employment reports on Special Disabled Veterans of the Vietnam Era, and other Eligible Veterans. 52.227-2, Notice and Assistance regarding Patent and Copyright Infringement. 52.232-33, Payment by Electronic Funds- Central Contractor Registration. 52.233-3, Protest After Award. 52.233-4, Applicable Law for Breach of Contracts. 52.242-13, Bankruptcy. 52.247-34, F.O.B. Destination. 52.253-1, Computer Generated Forms. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil; clauses may be accessed electronically in full text by going to either of these two Internet addresses. 52.252-6, Authorized Deviation in Clauses with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. 252.204-7004 Alt A, Required Central Contractor Registration. 252.212-7001, Contract Terms and Conditions (Deviation). 252.225-7001, Buy American Act and Balance of Payment Program. 252.225-7002, Qualifying Country Sources as Subcontractors. 252.225-7012, Preference for Certain Domestic Commodities. 252.232-7003, Electronic Submission of Payment Requests; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. 252.243-7002, Request for equitable adjustment. 252.247-7023 Alt III Transportation of Supplies by Sea Alternate III. 5352.201-9101 Ombudsman (10 Aug 05). 252.211-7003 Item Identification and Valuation. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 4:00 p.m. PST on September 18, 2007. Quotes may be transmitted by e-mail or to FAX number (707) 424-2712. The point of contact for this solicitation is Jose Hernandez, TSgt, Contract Specialist, (707) 424-7770, jose.hernandez-02@ttravis.af.mil. Alternate point of contact is Jo Cobb, Contracting Officer, (707) 424-7720, josephine.cobb@travis.af.mil. A site visit will take place on 20 September 2007 at 0900 the meeting place wil be the Travis AFB Visitor Center please contact TSgt Hernandez at jose.hernandez-02@travis.af.mil , 707-424-7770, the respose date has been extended to 24 Sep at 1200 PST. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-SEP-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/USAF/AMC/60CONS/Reference-Number-F3Z3517239AC01UPS/listing.html)
 
Place of Performance
Address: Travis AFB
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01410242-F 20070919/070917223600 (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.