Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2010 FBO #3205
SOLICITATION NOTICE

36 -- Uninterruptable Power Supply (UPS)

Notice Date
9/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Veterans Affairs;North Texas Veterans Health Care Center;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA25710RQ0318
 
Response Due
9/10/2010
 
Archive Date
9/15/2010
 
Point of Contact
Carmen N Terrell
 
E-Mail Address
ct
 
Small Business Set-Aside
Total Small Business
 
Description
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. This requirement is for materials only. All labor will be performed by station personnel as can be scheduled by electrical supervisor. Vendor will provide a modular and expandable Uninterruptable Power Supply (UPS) capable of expansion up to 250 kilovolt amperes (KVA) and additional run time by the installation of additional batteries in cabinets under this requirement. Base requirement is for 125 KVA at 480/277 volts providing an estimated run time of 1 hour and 12 minutes at the current load of 85 KVA. Assembly Services of delivered components and 7X24 hour Factory Startup of installed system and 6 Hour Load Bank Test of the installed UPS prior to connection to the electrical system are included in this requirement. Proposal shall include freight to site. Material handling at site and into final position. Unit meeting all aspects of this requirement is identified by the APC ISX708353. There will be no substitutions considered other than those referencing the APC ISX number. This requirement is brand name or equal. Unit is defined as: 1.APC ISX708353 2.APC Symmetra PX 250 kVA / kW Frame, populated with (5) 25 kVA/kW Power Modules for 125 kVA/kW Capacity. Space for an additional (5) 25 kVA/kW Power Modules for expansion shall be included with proposal. 3.Base system includes (4) adjacent battery frames filled with 32 strings of batteries 4.Integral Maintenance Bypass Switch 5.Integral Distribution section with 400 amp output breaker installed 6.Input/Output Section with 250 kVA/kW Fully Rated Static Switch 7.1 Year 24X 7 remedial service coverage The APC ISX708353 shall be delivered NLT 8 weeks after receipt of award. All proposals must be submitted on or before 10 September 2010 by 2:00 pm CST. Proposal Submittal Information: The procedures for submittal of proposals in response to this Request for Quote are as follows: Who May Submit: This project is set aside for Total Small Business concerns FAR 52.219-6. The NAICS for this project is 335999, with a size standard of $500 Million. Where to Submit: Offerors shall submit all original proposals electronically to: VA North Texas Health Care System, Dallas VA ATTN: Contracting Division (Carmen Terrell) VISN 17 4500 S. Lancaster Rd Dallas, TX 75216 Carmen.terrell@va.gov All proposals must be clearly marked with the subject line displaying the solicitation number VA-257-10-RQ-0318. Delivery: Delivery will be FOB Destination. Payment will be issued by Electronic Funds Transfer (EFT). All vendors must be CCR Registered at http://www.ccr.gov prior to receiving award. This order will include the following referenced clauses which may be accessed electronically at www.aquisition.gov/far & www1.va.gov/oamm/oa/ars/policyreg/vaar/ : 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance. VA Agency Clauses: 852.203-70 Commercial advertising. 852.211-73 Brand name or equal. 852-246-70 Guarantee 852.273-74 Award without exchanges. 852.273-76 Electronic Invoice Submission 852.252-70 Solicitation provisions or clauses incorporated by reference 852.246-71 Inspection Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Representation. 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. BASIS OF AWARD: The basis of award is in accordance with FAR Part 12.602 and Far Part 13. The Contracting Officer will award a firm fixed-price contract. Award will be made to the lowest priced offer that adheres to the RFQ product specification, timeline parameters and has a positive past performance. Award shall be made to the Lowest Priced Technically Acceptable proposal. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, total price, remittance address, Tax I.D. #, Duns #, and Cage Code. The contract specialist for this solicitation is Carmen N. Terrell. If you have any questions, send emails to Carmen.terrell@va.gov. TELEPHONE CALLS WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/VA25710RQ0318/listing.html)
 
Record
SN02264696-W 20100903/100902000129-8011dee66b354a74191a1b46063bc1ed (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.