Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

J -- UPS Preventive Maintenance and Repair

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-10090750
 
Response Due
9/29/2011
 
Archive Date
11/28/2011
 
Point of Contact
Sonja Y. Davis, 757-878-2800
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(sonja.y.davis@conus.army.mil)
 
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. Interested vendors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation part 12 and 13 under the solicitation number W911S0-0010084558. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-43. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 811219 with a size standard of $19,000,000. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and accept a Government purchase order to be considered for award. This RFQ requests maintenance and repair for the following items in accordance with the Specifications and Performance Work Statement. SPECIFICATIONS UPS Maintenance - Period of Performance: 12 Months from Award of Contract. Type of Required Coverage: Essential CLIN -TAG# -DESCRIPTION - PART# - Qty 0001 -1486746 -UPS Cabinet/NXL 250-400, 40SA300A0AKA5 - 1 0002 -1486747 -Maint Bypass Cabinet/NXL 250-400 MBC, 40MB300A1AAB55A -1 0003 -1486748 -Battery Cabinet/SEALED BATTERY, 40BP300XWX2BL1A -2 0004 -1486749 -Battery Cabinet/SEALED BATTERY, 40BP300XWX2BL2A -2 0005 -1486750 -Power Distro Unit/EX CAB, EXC30031S8054 - 1 0006 -1486751 -Power Distro Unit/PPC 150-300, PPA300C325S8054 -1 Performance Work Statement C.1 SCOPE OF WORK: Maintain and monitor UPS System to ensure back up power is available to keep network and phone equipments running for Network Enterprise Center (NEC), Fort Eustis, VA as set forth in the tasks as listed in C.3. C.2 AREA OF RESPONSIBILITY: Work is to be performed at NEC Eustis, 667 Monroe Avenue, Fort Eustis, Virginia 23604. WORK HOURS: 7:30 AM to 4:30 PM Local Monday through Friday, excluding Federal Holidays. Emergency call hours are 24 hours a day, 365 days a year. C.3 TASKS: The contractor shall provide service as listed in C.3.1 through C.3.3. C.3.1 Essential Service shall include at a minimum: A. 4 hour on-site response, 7 days/week, 24 hour/day, within 150 miles of a Service Center. B. 100% Parts Coverage ( Excludes batteries, air filters, and proactive full bank capacitor replacement) C. 100% corrective labor and travel coverage 7 days/week, 24 hours/day within the 48 contiguous states and Hawaii. D. One (1) Annual Preventive Maintenance Service scheduled by the customer between 8 am - 5 pm EST, Monday - Friday (excluding Federal Holidays) E. Maintenance performed by factory trained Customer Engineer. F. A 1-800 Customer Response Center. G. Access to Customer Services Network On-Line internet portal. C.3.2 Annual Preventive Maintenance Service shall include at a minimum: A. Perform a temperature check on all breakers, connections, and associated controls. Repair and/or report all high temperature areas measuring and recording the total battery float voltage and charging current. B. Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components. Check air filters for cleanliness measuring and recording the overall AC ripple current. C. Check module(s) completely, visually inspecting for evidence of corrosion. D. Check module(s) completely for rectifier and inverter snubber boards for discoloration. E. Check module(s) completely for power capacitors for swelling or leaking oil F. Check module(s) completely for DC capacitor vent caps that have extruded more than 1/8" G. Record all voltage and current meter readings on the module control cabinet or the system control cabinet. H. Check the inverter and rectifier snubbers for burned or broken wires. I. Check all nuts, bolts, screws, and connectors for tightness and heat discoloration. J. Check fuses on the DC capacitor deck for continuity (if applicable). K. With customer approval, perform operational test of the system including unit transfer and battery discharge. L. Calibrate and record all electronics to system specifications. M. Install or perform Engineering field Change Notices (FCN) as necessary. N. Measure and record all low-voltage power supple levels. O. Measure and record phase-to-phase input voltage and currents. P. Review system performance with customer to address any questions and to schedule any repairs. C.3.3 Battery Inspection Service performed during the UPS Annual PM Service shall include at a minimum: A. Measuring and recording DC bus ripple voltage (if applicable). B. Measuring and recording total battery float voltage. C. Checking integrity of battery cabinet (if applicable) D. Visual inspection of the battery cabinet and/or room shall include: a. Checking for NO-OX grease or oil on all connections (if applicable) b. Checking battery jars for proper liquid level (if flooded cells) c. Check for corrosion on all the terminal and cables. d. Examine the physical cleanliness of the battery room and jars. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2009) (Deviation) are incorporated by reference, however the following clauses apply: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration DFARS 252.204-7004, Required Central Contractor Registration (CCR). Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov) DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.225-7001 - Balance of Payments Program DFARS 252.232-7010, Levies on Contract Payments Offerors shall submit their quotations via email to sonja.y.davis@conus.army.mil. The due date for receipt of quotes is 06:00 AM. Eastern Standard Time (EST) on Thursday, September 29, 2011. Include total pricing and your Cage, DUNS, and Tax ID number on quote. Basis for this award will be "Lowest Price, Technically Acceptable" LPTA). Contract will be Firm Fixed Price. Date of delivery shall be no later than 30 days after contract award, FOB: Destination for delivery is to 667 Monroe Avenue, Fort Eustis, VA 23604. Questions should be submitted to sonja.y.davis@conus.army.mil This solicitation shall not be construed as a commitment of any kind. Contracting Office Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2746, Fort Eustis, VA 23604 Point of Contact: Sonja Y. Davis, 757-878-2800 ext 2241 sonja.y.davis@conus.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aec32c50b56ea50932c632a8648a3cf1)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02592275-W 20110928/110926235123-aec32c50b56ea50932c632a8648a3cf1 (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.