SOURCES SOUGHT
J -- Preventive Maintenance and Routine Repair of Uninterruptible Power Supply Systems, Battery Banks, Generators, & Automatic Transfer Switch
- Notice Date
- 12/9/2011
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN12R0010
- Response Due
- 12/19/2011
- Archive Date
- 2/17/2012
- Point of Contact
- Irene Saito, 808-655-3032
- E-Mail Address
-
RCO Hawaii (PARC Pacific, 413th CSB)
(irene.saito@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or obligation or commitment by the Government. Market research is conducted to determine the availability and capability of qualified small businesses, veteran-owned small businesses, service-disabled veteran-owned small businesses, woman-owned small business, or HUBZone small businesses for the following service: Provide labor, equipment, tools, parts, materials, vehicles, and transportation to perform quarterly Preventive Maintenance (PM) and repair on Uninterruptible Power Supply (UPS) systems, battery banks, generators, and Automatic Transfer Switch (ATS) located at various locations on Schofield Barracks, Wheeler Army Airfield, and Fort Shafter, Hawaii. Services are to be performed on Fridays, Saturdays and Sundays between the hours of 7:30am and 4:00pm. Contractor shall have backup power source when conducting maintenance. PM on generators shall include: timely removal of worn out parts, checking fluid levels, battery inspection, load bank testing, verifying control panel readings and indicators, routine repairs and replacements, identify other than routine repairs and/or replacements needed, and changing of air filters, all else done by manufacturer recommendations. PM on ATS shall include: check ATS connections, inspect or test for evidence of overheating and excessive contact erosion, remove any dust and dirt, routine repairs and replacements, identify other than routine repairs and/or replacements needed, and replace contacts when required. The maintenance procedure and frequency should follow those recommended by the manufacturer. The estimated equipment are: UPS: Powerware Model #9315-160, ER114ZBA05, 160 KVA, Battery Banks: UPS12-370FR, 80 batteries; UPS: Powerware Model #9315-500, EB 425ZX404, 400 KW, 480V UPS, Battery Banks: UPS12370OFR, 120 batteries; UPS: Powerware Model #9315-300, EX015ZXX02, 300 KVA, Battery Banks: UPS12-270FR, 120 batteries, Generator: Caterpillar Diesel Model # 3406, 4ZR06200, 300 KW, 375 KVA; UPS: American Power Conversion, APC Silcon Model SL80KF, SE0049000988, 80 KW, Liebert N-Power Model, 80 KVA, 40 batteries; UPS: MGE Galaxy 3000, Model #72-17000-10, A08-10046, 80 KVA, 20 batteries; Generator: Caterpillar Diesel Model #3208, 43KJ01018, 200 KW, 250 KVA; Generator: Caterpillar Diesel Model #3208, 3EN00643, 900 KW, 1,125 KVA; Generator: Cummings Diesel Model #440FDR7112JJW, RN19-52003, 175 KW, 219 KVA, ; Generator: Caterpillar Diesel Model #125483361111, 86642, 125 KW, 156.25 KVA; Generator: Caterpillar Diesel Model 3512; Generator: Caterpillar Diesel Model #3406, $ZR06200, 300 KW, 375 KVA; Generator: Cummings Diesel Model #DGFC-5555540, D02036154, 200KW, 250 KVA; Generator: Kohler Diesel Model #80RE0ZJD, 2186791, 80 KW, 100 KVA. Anticipating a firm fixed price contract, base plus 4 option periods. NAICS Code: 811219, business size standard: $7.0 million. Interested vendors shall submit a capability statement to include: years of experience; business size and type of business. The capability statement should not exceed 2 pages and shall be in sufficient detail to allow the Government to determine the organization's qualifications to perform the work. Please email capability statement to irene.a.saito.civ@mail.mil by 10:00am on 19 DEC 2011. Please title the subject line with "W912CN-12-R-0010 CAPABILITY STATEMENT". The Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, a synopsis and solicitation may be published in Federal Business Opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/130d79a4e4550d33e74864141a22d3e1)
- Place of Performance
- Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: CCEC-PAH-P, Building 692, Mccornack Road Shafter HI
- Zip Code: 96857
- Zip Code: 96857
- Record
- SN02636550-W 20111211/111209233919-130d79a4e4550d33e74864141a22d3e1 (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 |