Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 25, 2012 FBO #3714
SOLICITATION NOTICE

66 -- Power Supply System

Notice Date
1/23/2012
 
Notice Type
Cancellation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB610000-11-00599
 
Archive Date
2/15/2012
 
Point of Contact
Janice M Moten, Phone: (301)975-6307, Cheryl Rice, Phone: 3019753696
 
E-Mail Address
Janice.Moten@nist.gov, cheryl.rice@nist.gov
(Janice.Moten@nist.gov, cheryl.rice@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Description THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING FAR PART 13 SIMPLIFIED ACQUISITION PROCEDURES. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53.*** Description Specification for the purchase of a 100kVA (nominal) Uninterruptible Power Supply (UPS) for NCNR Server rooms The following minimum specifications for the new UPS are required: The UPS shall be rated at least at 100kVA/90kW (nominal). Voltage input: 480 VAC (nominal). Voltage output: 208 VAC (nominal) via an integral step down transformer. Frequency (input and output): 60 Hz (nominal). Configuration: o Input: single input, 3 phase, 3-wire plus ground. o Output: single output, 3 phase, 4-wire plus ground. Output Total Harmonic Distortion (THD): less than 5% for linear loads. Output voltage regulation: ± 1%. Output frequency slew rate: 1Hz/second (maximum). Efficiency: minimum 90% efficiency with load protected at all times, not achieved via utility bypass. Overload protection shall be provided. Fault protection shall be provided for phase-to-neutral and phase-to-phase short circuits UPS Start-Up: ramp-up to full load within 60 seconds (nominal). Bypass switch either provided with the UPS or include support for external bypass to allow for uninterrupted operation of loads when UPS is down due to failure or maintenance activities. Static Switch Transfer time: less than ¼ cycle. Battery operation: 30 minutes (minimum) at full rated load from loss of utility input until low DC voltage trips UPS Remote notification of fault and monitoring of performance shall be provided via an IP-based Ethernet connection including, but not limited to, web-based monitoring of performance and email/SNMP notification of failure of UPS operation and of transition to battery operation. Cable Entry: shall be through top of enclosure only Service Access: Rear and side access to the UPS module shall not be required for UPS module installation, service, repairs, or maintenance Service Area Requirement: The UPS module, battery, and bypass cabinet enclosures shall require no more than 30 inches of front service access room (from floor to ceiling), and shall not require side access for service or installation. Environmental Requirements: The equipment shall be capable of continuous operation in the following conditions: o Temperature 40-120 °F o Relative humidity: ≤ 85%. Equipment Location: The complete UPS system, including UPS module, bypass unit, and battery cabinets, shall fit into an area less than 144 inches wide by 48 inches deep. Maintenance Contract: The manufacturer of the UPS shall include a five (5) year preventative and corrective maintenance contract. The five (5) year period of this contract shall commence with initial installation and startup of the UPS system at the NCNR facility. Under this contract, the manufacturer shall maintain the user's equipment to the latest engineering levels as they are developed. The following documentation shall be provided: o Two copies of operation manual. o One copy of installation/startup manual. Installation: NIST shall install the UPS at the NCNR facility. The vendor shall verify that NIST properly installed the UPS system and perform initial startup of the equipment. Operational Training: Before leaving the site, the field service engineer shall familiarize responsible personnel with the operation of the UPS. The UPS equipment shall be available for demonstration of all modes of operation. Field Service Support: The field service engineers shall provide on-site emergency response within 24 hours. Third party maintenance shall not be acceptable. Section 508 of the Rehabilitation Act of 1973 does not apply to this procurement. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions/Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items including subparagraphs: 5 2.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). (15) 52.222-3, Convict Labor; (16) 52.222-19 Child Labor Cooperation With Authorities And Remedies; (17) 52.222-21, Prohibition of Segregated Facilities; (18) 52-222-26, Equal Opportunity; (20) 52.222-36, Affirmative Action for Workers with Disabilities; (27) 52.225-13 Restriction on Certain Foreign Purchases; (32) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** Quote submission instructions: ***All offerors shall submit the following: 1) An original and one (1) copy of a quotation which details how the offeror would satisfy the minimum requirements; 2) indication of solicitation number; 3) a completed copy of the representations and certification at FAR 52.212-3 (see 52.212-3(1) for those representations and certifications that the offeror shall complete electronically, 4) (see 52.212-1(11); If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, and 5) firm-fixed price for the requirements (including travel cost, if any). Evaulation Factors: Lowest price technically acceptable. ***All quotes shall be received not later than 12:00 PM local time, on January 31, 2012 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Janice Moten. (Janice.moten@nist.gov). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Officer. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-6307. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mailed quotes are acceptable. Faxed quotes will be accepted. *** Janice Moten, Contract Officer, Phone (301)975-6307, Fax (301)975-8884
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB610000-11-00599/listing.html)
 
Place of Performance
Address: 301/B112, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02659465-W 20120125/120123234611-eeef80668cd31dfa394453b03438b5ef (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.