Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

61 -- Replacement Batteries for Chloride UPS

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NRMJ4000-10-05462DT
 
Archive Date
1/28/2010
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
(I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMJ4000-10-05462DT (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 335999. The small business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial items: CLIN 0001 120 replacement batteries P/N UPS12-540MR for Chloride UPS 400k VA (UAG2) S/N: B242997 (120 batteries) CLIN 0002 160 replacement batteries, P/N UPS12-540MR for Chloride UPS 500k VA (UAG1) S/N: B212097 (160 batteries) (VI) Description of requirements is as follows: NOAA's ESRL/GSD requires replacement batteries with the associated service and installation procedures for the listed equipment. This is a sole make and model requirement because the Chloride Power Protection UPS utilizes the C&D Dynasty batteries. a) Batteries shall come with a three (3) year full replacement warranty, and a 7 year pro-rated warranty negotiated through Chloride Power Protection. b) Battery replacement must conform to the existing service contracts already in place. This exact make and model is needed so that the warranty of the UPS is not voided. c) Existing service contracts require a 4 hour response on a 24 hour basis, for all battery related issues. d) Battery replacement service includes: a. removal of spent batteries b. installation of new batteries c. rectifier calibration d. re-torquing of all interconnections e. resistance measurements of all battery connections f. battery discharge test g. labor, travel and expenses e) Batteries must be shipped in flame retardant cases. f) Proper disposal of spent batteries to include: a. No "on-site" storage of spent batteries. b. Daily removal of spent batteries. c. Recycling performed by EPA certified recycling locations. d. Certificate of recycling available upon request. g) All battery date codes must be within 60 days of each other. h) Chloride battery replacements are to be performed by Chloride factory trained, certified and authorized personnel only. Proof of current certification by Chloride is required. i) Battery replacement technicians must adhere to all NOAA physical security requirements for access to the NOAA site. (VII) Time of Delivery is 6 weeks ARO. Place of delivery and acceptance is NOAA/Global Systems Division (GSD), 325 Broadway, Boulder, CO 80305. Delivery shall be FOB Destination to Boulder, CO. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008) applies to this acquisition. (IX) Offers will be evaluated solely on price, on an all or none basis. (All technical requirements as shown in V and VI must be met in order to be considered.) (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009) with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications 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 (c) through (m) of this provision. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (March 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (31) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: same as above. (XIII) The following clauses are also applicable to this acquisition: 52.223-10, Waste Reduction Program (Aug 2000) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 1:00 P.M. MT on January 27, 2010. All quotes must be faxed or emailed to the attention of Doris Turner. The fax number is 303-497-3163 or 303-497-7719 and email address is doris.p.turner@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Doris Turner at doris.p.turner@noaa.gov, phone 303-497-3872.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NRMJ4000-10-05462DT/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02046131-W 20100123/100121234546-4b88c3458e1fa34275f6416ebe8e58f3 (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.