Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
MODIFICATION

70 -- UPS, Fire Protection System, and Battery Maintenance

Notice Date
11/21/2007
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Director(cf-2), USCG National Pollution Funds Center, 4200 Wilson Boulevard Suite 1000, Arlington, VA, 22203-1804, UNITED STATES
 
ZIP Code
22203-1804
 
Solicitation Number
2108468HRM004
 
Response Due
11/30/2007
 
Archive Date
12/15/2007
 
Point of Contact
Marc Matthews, SK1, Phone 202-493-6764, Fax null
 
E-Mail Address
marcal.l.matthews@uscg.mil
 
Description
The U.S. Coast Guard is seeking a request for quotation under solicitation number 2108468HRM004 for 12 months of the services required below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 U.S. Coast Guard National Pollution Funds Center (NPFC) located at 4200 Wilson Boulevard, Arlington VA is seeking the services of a General Contractor for the on-going/preventive maintenance and emergency repairs, as needed, for the Uninterrupted Power Supply (UPS) (main unit and auxiliary batteries), and the Fire Protection System in its Computer Room. The following equipment is part of this request: Liebert Global Systems NX(30KVA) 38SA UPS, Liebert Global Systems 38BP030RPJABNL Batteries, and Fenwal Model 2320 Fire Protection System. The Contractor responsible for this task will served as General Contractor and Sub-contract, as required, to provide the maintenance and repairs, when needed, to subject equipment. The Governments responsibility will be limited to accept the delivered work/repair or notify the Contractor of a failure. All, technical expertise or recommended approaches to effectively and reliably provide the preventive or regular maintenance as well as any repairs will be the responsibility of the Contractor. This will include supervision of detailed personnel as well as securing any County or building permits. The General Contractor will be responsible for coordinating, sub contracting, purchasing, securing, obtaining, and or disposing of all the necessary work materials, equipment, and permits necessary to perform maintenance or repair to subject equipment. The requirements below are only a representative example, or estimate of what will be necessary to complete the job. As part of the proposed bid, the contractor should include their proposed/recommended solution to the problem with a specific list of requirements, equipment and actions necessary to provide maintenance and repairs. Have emergency services available 24 hours a day, 7 days a week, 365 days a year with 4-hour response time. Provide a single point of contact for the scheduling and management of all preventive maintenance activities. Coordinate all appropriate vendors and resources necessary to accomplish maintenance tasks completely and on time. Ensure that the Government point of contact is aware of what maintenance will be performed and how it will affect the critical environment. Develop and maintain a complete understanding and working knowledge of the system operation at the Governments site Develop a site-specific maintenance program and maintenance scheduled. Provide experienced and trained personnel to supervise sub-contractors or vendor employees during scheduled preventive maintenance events to ensure personnel safety, protection of critical equipment, and ensure power is maintained to the critical systems. Provide as needed or requested by the Government service reports describing all maintenance activities performed including support activities from different vendors (e.g. running a generator for UPS maintenance). Ensure that the critical environment is restored to its prior-to-maintenance appearance by ensuring that all tools, equipment, and debris generated by maintenance are removed. At the Governments request, the Contractor will dispatch to the Governments facility to coordinate emergency service activities and/or corrective repairs. The time and expenses associated with such on-site response should be invoiced as an Additional Service at published time and material rates. Furthermore, the time and expenses incurred by the Contractor personnel in coordinating emergency service activities and/or corrective repairs activities is not included in this contract and will be invoiced as an Additional Service at Contractors published time and material rates. The Contractor must request from one of the Government POC/COTR authorization before sending any of its personnel to respond to any Emergency or After Hours requests. Provide comprehensive, or preventive maintenance in a semi-annually or annually basis per manufactures recommendation to subject equipment. At a minimum the Semi Annual inspection of the UPS system should include: Isolate and de-energize all UPS equipment for maintenance operations. Ensure that all equipment is clean and free of loose dust, dirt, and debris. Inspect and change filters. Test the main operating sequences. Verify current field changes have been made to unit. Check and record all system level alarms. Check and record input voltages. Check and record input currents. Check and record DC voltages. Check and record DC currents. Check and record AC ripple voltages (on the DC bus). Check and record AC ripple currents (on the DC bus). Check and record output voltages. Check and record output currents. Place the UPS back on line to protect the critical load. At a minimum the Annual inspection of the UPS system should include: All steps performed in the semi-annual service. Remove all foreign debris from all equipment compartments. The exterior of all enclosures will be cleaned. Inspect and clean the air intake and exhaust plates. Verify that air flows freely through the equipment. Clean the interior of unit with a vacuum cleaner. Verify that all electrical connections are tight and torqued to manufacturer's specifications. Tighten if necessary. Verify that all mechanical connections are tight and torqued to manufacturer's specifications. Tighten if necessary. Inspect and clean as necessary all logic card connections Perform test transfers of unit. Verify all diagnostic tests function properly. Verify all protection settings. Check and record all power supply voltages. Perform a semi-annual and annual inspection and maintenance on the UPS batteries. Remove and dispose of all defective batteries in accordance will establish laws or regulations. At a minimum, the semi annual inspection/maintenance of the UPS batteries should include the following: Check the integrity of the battery rack/cabinet. Establish battery cell numbering for proper record keeping. Check the general appearance of the batteries, racks and surrounding area. Battery tops should be clean and dry. Inspect the cells for excessive bulging and visible signs of cracks in the jars, lids and covers. Inspect for any evidence of corrosion at the terminals, connectors, bolts, and other metal parts and clean as necessary. Measure and record ambient battery room temperature. Measure the total battery float voltage and battery float current. Measure and record the voltage of each battery cell using calibrated electronic measuring equipment. Select and mark 10% of the weakest cells (based on voltage) in the battery string for customer reference. Perform general battery cleaning using only distilled or de-ionized water. Perform spot check torque on 10% of the inner-cell connection. Install/replace any defective battery (the cost of the replacement battery should be billed separate) Install/replace any battery/inter-battery connector cables (the cost of the cables should be billed separate) At a minimum the annual inspection/maintenance of the UPS batteries should include: All steps performed in semi-annual inspection. Measure and record internal cell resistance of all batteries using calibrated purpose-built electronic measuring equipment. Inter-tier, inter-rack and output cable connections shall be inspected, tested, and re-torqued in accordance with the manufacturers re-torque specifications. Perform semi annual and annual inspection/maintenance of Fire Protection Equipment At a minimum the semi annual inspection/maintenance of the Fire Protection should include: Disable all unwanted electrical output signaling devices (i.e. equipment shutdowns, building alarms, etc.). Disable all gas and sprinkler release mechanisms (i.e. actuator solenoids), and install test fixtures. Perform a test of the detection system by introducing a simulated fire condition. The actuating controls must move to the discharge position (this is done with the control heads removed so there is no accidental discharge of fire suppression). Verify detectors and sprinkler head locations correspond to the as-built drawings. Inspect cylinders for expired hydrostatic test date, external nicks, dents or scratches, which could cause possible cylinder or valve failure. Inspect cylinder pressure gauges for proper pressure, and verify contents. If the pressure varies within the container by more than 10% from the marked pressure, the cylinder will be re-pressurized. Any cylinders showing a loss of more than 5% of the marked net contents shall be refilled or replaced (at an additional cost). Inspect and operate detectors, pull stations and other fire system devices and clean, as necessary, to ensure they are free of foreign substances. Perform sensitivity adjustments to detectors and calibrate, if required. Verify remote annunciator and detector location graphic panel (verifies correct zoning and/or correct detector location). Inspect standby batteries and charging circuit to ensure correct operation. Verify proper Abort and Time Delay operations. Inspect the complete fire system for proper supervisory currents on all internal circuits such as ground fault and short circuit detection, AC power loss, and battery fault. Inspect piping for any evidence of corrosion. Pipe hangers and/or straps shall be examined to see that the piping is secure. Inspect nozzles to ensure the orifices are clear and unobstructed. After ensuring there are no alarm conditions on the system, re-enable all previously disabled gas and sprinkler release mechanisms (i.e. actuator solenoids), all previously disabled outputs (i.e. equipment shutdowns, building alarms, etc.), and return all devices in system to normal STANDBY or SET condition after testing. Perform inspection on portable fire extinguishers. Provide detailed written report noting any deficiencies along with corrective action taken or recommended. At a minimum the annual inspection of the Fire Protection System will include the following: All steps performed in the semi-annual inspections. The remainder of the detectors, pull stations and other fire system devices will be tested during the annual inspection. Certification of fire extinguishers. Certification of fire suppression (FM-200) system. Certification of pre-action system. Certification of facility wet system Please be advise that this combined synopsis/ solicitation notice incorporates the following FAR clauses: 52.212-1 Instructions to Offerors Commercial Items. 52.212-2 Evaluation Commercial Items. 52.212-3 Offeror Representations and Certifications Commercial Items. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Please direct all questions regarding this combined synopsis/ solicitation notice to Please direct all questions regarding this combined synopsis/ solicitation notice to SK1 Marc Matthews at marcal.l.matthew@uscg.mil, SK2 Sonja Aiken at sonja.d.aiken@uscg.mil, or SKC Gerald Adams at gerald.d.adams@uscg.mil. This synopsis/ solicitation is being extended until November 30, 2007. All offers are due on November 30, 2007 by 5pm EST to the place of contract performance address or to the email addresses supplied in this combined synopsis/ solicitation amendment. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-NOV-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/DHS/USCG/DUSCGNPFC/2108468HRM004/listing.html)
 
Place of Performance
Address: U.S. Coast Guard National Pollution Funds Center 4200 Wilson Blvd Suite 1000 Arlington, VA
Zip Code: 22203
Country: UNITED STATES
 
Record
SN01457279-F 20071123/071121225513 (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.