Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

61 -- Uninterruptible Power Supply Units

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133W-08-RQ-0912
 
Archive Date
9/18/2009
 
Point of Contact
Linda C Stein, Phone: 757-441-6573, Margaret A Rankin,, Phone: 757-441-6562
 
E-Mail Address
linda.c.stein@noaa.gov, margaret.a.rankin@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
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; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The Request for Quotation (RFQ) number is EA133W-08-RQ-0912. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This procurement is a TOTAL SMALL BUSINESS SET-ASIDE. The PSC for this is 6150 and the North American Industry Classification System (NAICS) Code is 541512, the small business size standard is $23.0 million average annual receipts. The National Oceanic and Atmospheric Administration (NOAA), National Weather Service Eastern Region Headquarters requires the following items: CLIN 0001 Five (5) each Uninterruptible Power Supply Units 8KVA N+1 as per the following specifications: 8kVA Scalable to 8kVA N+1 Tower Redundant Module Web Card Includes: CD with software, Installation Guide, User Manual, Web/SNMP Management Card 208/240V Input, 208/240V and 120V Output Capacity: 8,000 VA/6,400 W Input: Hard Wire 4-wire (2PH +N=G), 50 amp Output: (1) Hard Wire 4-wire (2PH + N +G) Minimum backup time at half load 17 minutes (3200 Watts) Typical backup time at full load 5.9 minutes (6400 Watts) Thermal Dissipation: 3.485 BTU/hr Dimensions: Not to Exceed 19"W x 29"D x 24"H Weight: Not to Exceed 445 Lbs. Warranty: 2-Year Repair or Replace 4kVA Power Module, 200/208V Network Management Card w/Environmental Monitoring CLIN 0002 Two (2) each Uninterruptible Power Supply Units 12KVA N+1 as per the following specifications: 12kVA N+1 Scalable to 16kVA N+1 Tower Redundant Module Web Card 208/240V Input 208/240V and 120V Output 16000VA/12800W, Input 208V/Output 120V, 208V, Interface Port DB-9 RS-232, Smart-Slot, Extended runtime model Includes: CD with software, Installation Guide, User Manual, Web/SNMP Management Card Technical Specifications: Nominal Output Voltage 120V, 208V Output Voltage Note Configurable for 120/208 or 120/240 output voltage Efficiency at Full Load 90% Output Voltage Distortion Less than 5% at full load Output Frequency (sync to mains) 47 - 63 Hz Crest Factor up to 5: 1 Waveform Type Sine wave Output Connections (1) Hard Wire 4-wire (2PH + N +G) Bypass Internal Bypass (Automatic and Manual) Nominal Input Voltage 208V Input Frequency 45 - 65 Hz (auto sensing) Input Connections Hard Wire 4-wire (2PH+N+G) Input voltage range for main operations 96 - 138 (Line to Neutral) V Other Input Voltages 240V Batteries & Runtime Battery Type Maintenance-free sealed Lead-Acid battery with suspended Electrolyte: leakproof Battery Modules: 4 to be included Maximum Recharge time 4 hour(s) Minimum Backup Time at Half Load 17.1 minutes (6400 Watts) Typical Backup Time at Full Load 6.0 minutes (12800 Watts) Interface Port(s) DB-9 RS-232, Smart-Slot SmartSlot Interface: Quantity 1 to be included Control panel Multi-function LCD status and control console Audible Alarm Audible and visible alarms prioritized by severity Emergency Power Off (EPO) Maximum Dimensions: 36.9" H x 19" W x 28.60" Weight Not To Exceed 685.00 lbs Operating Environment 32 - 104 °F (0 - 40 °C) Operating Relative Humidity 0 - 95% Operating Elevation 0-10000 feet (0-3000 meters) Storage Temperature 5 - 113 °F (-15 - 45 °C) Storage Relative Humidity 0 - 95% Storage Elevation 0-15000 feet (0-4500 meters) Audible noise at 1 meter from surface of unit 62 dBA Online Thermal Dissipation 4995 BTU/hr Conformance: Must Meet the Following Regulatory Approvals: CSA, FCC Part 15 Class A, and UL 1778. Warranty: 2 years repair or replace Network Management Card w/ Environmental Monitoring *Note: Batteries are to be in enclosed removal trays and have no exposed battery connections.* CLIN 0003 Six (6) each Battery Management System as per the following specifications: Smart charging and remote battery management for stationary batteries in data centers and facilities; Includes: CD with software, User Manual Dimensions: Not to Exceed 17"W x 18"D x 1.75"H (1U) Weight: Not to Exceed 15 Lbs. Warranty: Two (2) Years Repair or Replace Six (6) each Battery Management Harness-25 feet User Manual Cord Length: Five (5) feet Battery Management System Current Sensor Smart-Changing and remote battery management for stationary batteries. One (1) Day On-Site Service CLIN 0004 OPTIONAL LINE ITEM Ordering Period: 15 September 2008 through 30 September 2009 Option to purchase Not To Exceed Five (5) each additional Battery Management Systems as per the above specifications in CLIN 0003. FOB is Destination. The delivery address is as follows: U. S. Department of Commerce NOAA National Weather Service Binghampton Weather Forecast Office 32 Dawes Drive Johnson City, NY 13790 The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: see FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). 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 electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial Items (APR 2008) with addenda: CAR 1352.215-73 Inquiries (MAR 2000); CAR 1352.216-70 CONTRACT TYPE (MAR 2000) This is a FIRM FIXED PRICE type contract for SUPPLIES. Delivery on 30 September 2008 (End of clause) CAR 1352.233-71 Service Of Protests (MAR 2000) {Fill-in: Department of Commerce, NOAA, ERAD, Attn: Linda Stein, 200 Granby Street, 8th Floor, Norfolk, VA 23510}; FAR 52.212-2, Evaluation - Commercial Items (JAN 1999) {Award will be made to the responsible, responsive offeror whose offer meets the required technical specifications and offers the lowest technically acceptable price.} FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007), with addenda: FAR 52.203-3 Gratuities (Apr 1984) FAR 52.247-34, FOB Destination (Nov 1991) CAR 1352.201-70 Contracting Officer's Authority (MAR 2000) CAR 1352.208-70 Printing (MAR 2000) CAR 1352.209-71 Organizational Conflict of Interest (March 2000) CAR 1352.209-73 Compliance with the Laws (MAR 2000) FAR 52.217-7 Option for Increased Quantity-Separately Priced Line Item (MAR 1989) {fill in: The Contracting Officer may exercise the option by written notice to the Contractor within one (1) day} CAR 1352.233-70 Harmless From Liability (MAR 2000)5 CAR 1352.252-71 Regulatory Notice (MAR 2000) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2008) {Fill-in: Paragraph B, Check items 5i, 15, 16, 17, 18, 19, 21, 24, 26, 28, and 36; Paragraph C (Requires no checked clauses)} In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal Contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov. Additionally, each offeror must obtain, and provide with quote, their nine-digit Dun and Bradstreet (DUNs) number. CCR Registration must contain the applicable NAICS code 238220. All responsible sources may submit a quote no later than 3 September 2008 at 4:00 p.m. local time Norfolk, VA 23510. Quotes may be submitted by facsimile to 757-664-3653, or via email to Linda.C.Stein@noaa.gov, or via mail at 200 Granby Street, 8th Floor, Norfolk, VA 23510. Telephone quotes will not be honored. All responsible quotes shall be considered by the agency. Quotes are to remain effective for 90 days after close of solicitation. A company representative authorized to commit the company must sign this quote. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. All questions pertaining to the solicitation must be in writing and may be faxed to 757-664-3653, Attn: Linda Stein or emailed to Linda.C.Stein@noaa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0440fe2ae8b5e5c9eaa7438cb9b04ff1&tab=core&_cview=1)
 
Record
SN01647697-W 20080823/080821223234-d3c5f4ac6f272eda597a81d0f96a3d7b (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.