Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
MODIFICATION

J -- Maintenance of UPS

Notice Date
12/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Federal Communications Commission, Office of the Managing Director, Contracts and Purchasing Center, 445 12th Street, SW, Washington, District of Columbia, 20554
 
ZIP Code
20554
 
Solicitation Number
FCCRFQ10000001
 
Archive Date
1/5/2010
 
Point of Contact
Bridget C Gauer, Phone: 2024181865
 
E-Mail Address
bridget.gauer@fcc.gov
(bridget.gauer@fcc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment is issued to answer questions received and modify the synopsis/solicitation to incorporate the answers to the questions. Changes for amendment 1 are shown in bold. Amendment 2 are underlined. 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. Solicitation number FCCRFQ10000001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-37.This RFQ is issued as a small business set-aside under NAICS code 811219. The size standard is $7 million. The following contract line items (CLIN) are included in this RFQ: CLIN 1 Provide all labor, supervision, materials, and transportation to conduct preventative maintenance and service calls on the following uninterruptible power supplies (UPS) in accordance with the manufacturer's specifications. All units are currently in use and operational. The existing UPS have been maintained in accordance with manufacturer specifications. The maintenance agreement on the UPS expired September 30, 2009. They have not been under a maintenance contract since that time. The contractor shall provide a minimum of four hour response time when an UPS requires service. The contractor shall schedule all preventative maintenance through the COTR a minimum of 5 days prior to the proposed date for service. Your price shall include all corrective action with the exception of battery replacement. Battery replacement and all associated costs with the replacement shall be included in CLIN 0002. Maintenance shall include the batteries. Battery maintenance includes measurements and recordings of: Cell Voltage Total Battery Terminal Voltages Load Testing Ambient Operating Temperature Visual Tray and Cabinet Examination Spot Checking of Connection Torques Cursory Cleaning (where required) Adjustment of Charging Voltage General Housekeeping. Units are located at both FCC Headquarters and FCC Gettysburg, PA locations. Period of Performance: date of award for 12 months. Location: FCC Headquarters 445 12th St. SW. Washington DC CLIN 1a. MGE Model: EPS3065/42,66 S/N: 104673-01 (1) Battery Cabinet: S/N: 104673-02 CLIN 1b. MGE Model: EPS3125/42,66 S/N: B02-11049 (2) Battery Cabinets: S/N: J03-11854, J03-11855 CLIN 1c. MGE Model: EPS6225 S/N: 94580-01 (3) Battery Cabinets: S/N: 94580-02, 94580-03, 94580-04 CLIN 1d. MGE Model: Galaxy 3000, 30kVA S/N: A04-12130 CLIN 1e. Deleted CLIN 1f. Location: FCC 1270 Fairfield Rd, Gettysburg PA 17325 MGE Model: EPS6375 S/N: E02-10380 (2) Battery Cabinets S/N: J02-10936. J02-10937 CLIN 0002 Replacement batteries for UPS specified in CLIN 0001 (The offeror shall provide a unit price for each replacement battery inclusive of all costs associated with the replacement of the battery. Batteries shall meet the manufacturer's specification for batteries used in the model UPS specified in CLIN 0001. The contracting officer will enter a Not to Exceed (NTE) amount for this CLIN). Battery replacement shall be authorized prior to replacement by the Contracting Officer Technical Representative (COTR). Period of Performance: Date of Award through the life of the contract. CLIN 1a. MGE Model: EPS3065/42,66 S/N: 104673-01 (1) Battery Cabinet: S/N: 104673-02 Batteries (36) UPS12-400MR Replacement Batteries CLIN 1b. MGE Model: EPS3125/42,66 S/N: B02-11049 (2) Battery Cabinets: S/N: J03-11854, J03-11855 Batteries (72) HX500-12FR Replacement Batteries CLIN 1c. MGE Model: EPS6225 S/N: 94580-01 (3) Battery Cabinets: S/N: 94580-02, 94580-03, 94580-04 Battery Cabinet I: SN: 94580-02 Model Batteries: UPS12-370FR Amount: 32 Battery Cabinet II: SN: 94580-03 Model Batteries: UPS12-370FR Amount: 32 Battery Cabinet III: SN: 94580-04 Model Batteries: UPS12-370FR Amount: 32 Batteries (120) BATT. MODEL #: UPS12-370FR Number of batteries per model 40 for a total of 120 batteries CLIN 1d. MGE Model: Galaxy 3000, 30kVA S/N: A04-12130 Galaxy 3000, 30kVA w/ S/N: A04-12130 -Includes (20) S12V285F Replacement Batteries CLIN 1e. Deleted CLIN 1f. Location: FCC Gettysburg PA MGE Model: EPS6375 S/N: E02-10380 (2) Battery Cabinets S/N: J02-10936. J02-10937 Batteries (40) Model UPS12-370FR for Cabinet 1 S/N: J02-10936 - C&D Technologies Batteries (40) Model UPS12400MR for Cabinet 2 S/N: J02-10937 - C&D Technologies CLIN 0003 Option Year One for the services as specified in CLIN 0001 Period of performance: commencing 1 day after the end of the period of performance for CLIN 0001 through 12 months. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition with the following addenda: Technical Factor: The offeror shall provide information that provides an outline of its proposed maintenance service. This information shall address number of preventative maintenance services and what is included in each type of service. The information shall also address the response time per call, how calls will be received, and any other information that helps outline the services that will be performed. The offeror shall also provide information regarding its ability to maintain the equipment to include, but not limited to standards for training of contractor personnel that will be performing maintenance activities and; be able to show that your company is authorized to maintain this type of equipment. Past Performance: The Offeror shall provide three (3) references of previous projects similar in size, scope, and complexity of this offer. The FCC may contact those references during the evaluation process to verify relevant experience and level of performance. The FCC may, at its discretion, obtain and evaluate information from sources other than those provided by the Offeror. The Government will evaluate the degree to which the offeror's past performance demonstrates experience likely to result in satisfactory performance. Price: price will be evaluated by adding CLIN 0001, 0002, and 0003 together for a total price. For Evaluation Purposes only, CLIN 0002 will be evaluated by adding a one time replacement of each battery or battery set required for each UPS unit associated to CLIN 0001. The total price for each unit will be added together for a total evaluated price for CLIN 0002. Example for CLIN 0002: Unit addressed in CLIN 1x Battery a $100 Battery b $100 Battery c $100 Total price of batteries for 1x unit $300 Provision at 52.212-2, Evaluation-Commercial Items, is included with the following information included in paragraph (a) of that provision: Technical, Past Performance, and Price. Award will be made to the offeror that is technically acceptable, acceptable past performance, and lowest total overall price. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition with no addendum. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.219-6, 52-222-3, 52.222-26, 52.222-21, 52.222-22,52.222-36, 52.225-13, 52.232-33, and 52.222-51. The offeror shall submit invoices in accordance with the FCC invoice procedures below: INVOICES NOTE: *Invoices may be submitted via email to: FO-Einvoices@fcc.gov. In addition, copies of the emailed invoices shall also be sent to the CO and COTR. Only one emailed copy is required. Invoices* may be submitted in an original and two copies to : FCC Travel/ Operations Group, Room #1A761, 445 12th Street, S.W., Washington, DC 20554
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/FCC/FCCOMD/FCCCPC/FCCRFQ10000001/listing.html)
 
Place of Performance
Address: FCC Headquarters FCC Gettysburg PA Office, 445 12th St, Washington, District of Columbia, United States
 
Record
SN02027263-W 20091220/091218234706-b1c8e46b19191d099a25d07b99d93417 (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.