Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

59 -- Uninterruptable Power Supply (UPS)

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0192
 
Archive Date
7/12/2013
 
Point of Contact
Emmeline J. Spaulding, Phone: 9375224565
 
E-Mail Address
emmeline.spaulding@us.af.mil
(emmeline.spaulding@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Response date was changed FROM 11:00 AM EASTERN 26 JUN 2013 TO 4:00 PM EASTERN 27 JUN 2013 This is a combined synopsis/solicitation for an Uninterruptable Power Supply (UPS). In accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes/ Proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is FA8601-13-T-0192 using FAR Subpart 13, Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, 1 April 2013. This acquisition is going to be 100% small business set aside under North American Industry Classification System Code 335999-All Other Miscellaneous Electrical Equipment and Component Manufacturing. Size standard is 500. The AFLCMC/PZIOA Operational Contracting Division, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for an Uninterruptable Power Supply (UPS). The requirements are as stated below: Provide uninterrupted 480 VAC 3 phase power to a 100 kVA facility load for a minimum of 30 minutes during a power failure. Voltage and Phasing: -source input voltage is 480 VAC 3PH -destination output voltage shall be 480 VAC 3PH -Phase of the output voltage shall match the phase of the incoming voltage Battery Pack -must have external vented lead acid (flooded) battery pack [Sealed lead acid and valve-regulated lead acid (gel cells, absorbed glass mat) batteries are NOT acceptable.] -seismic zone 2 racks made of either fiberglass or metal triple -painted with epoxy paint -connection hardware -acid abatement trap under rack -at least a 20 year life expectancy and be able to provide at least 100k VA at the end of their 20 year life -the design calculations for the batteries shall contain a design margin of 15% and an aging factor of 25%. Uninterrupted Power Supply (UPS) -handles phase imbalance -voltage droop or current droop less than 5% -Float equalizer output for the batteries -solid state transfer switch internal to switch power -external maintenance bypass to be operated manually and when the solid state transfer switch is actuated -summary alarm outputs in the form of relay outputs. Warranty of equipment should be at least 1-year from time of commissioning. Class I ozone depleting substances (ODS) must not be used in the design, manufacture, delivery, test, operation, or maintenance of the system, item component, or process. Quotations need to adhere to FAR 52.212-1, Instructions to Offerors- Commercial; and include a completed FAR 52.212-3, Representations and Certifications. In addition the reps and certs in FAR 52.212-3 fill-in must be completed and returned with quote. This can be accomplished by registering in System for Award Management (SAM) at www.sam.gov and completing the on-line Representations and Certifications. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price. The quotations may be in any format but MUST include: 1. Proposing company's name, address, and phone 2. Point of contact's name, phone, and email 3. Quotation number & date 4. Item price 5. Total price 6. Shipping (FOB Destination) 7. Payment terms are Net 30 after delivery and acceptance 8. Applicable discounts 9. Timeframe that the quote is valid 10. Delivery Schedule 11. Warranty Information (if applicable). 12. Completed FAR 52.212-3, Representations and Certifications 13. Completed DFAR 252.209-7995 (see attached) Quotations MUST also contain a complete description of item offered to clearly show item meets or exceeds the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, -- Evaluation -- Commercial Items.. [Fill in portion of this clause is: Technical and Price] FAR 52-212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor 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 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans 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 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7006 Wide Area Work Flow (WAWF) Electronic Invoicing Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles All Quotations and responses must be received no later than 4:00 PM, Eastern Time on 27 JUNE 2013. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herin, which will also be the terms & conditions of resulting contract. Please email to Emmeline.spaulding@us.af.mil or send requested information to: AFLCMC/PZIOA Attn: Emmeline Spaulding 1940 Allbrook Drive, Ste. #3 WPAFB, OH 45433 Any questions should be directed to Emmeline Spaulding at (937) 522-4565 or Emmeline.spaulding@us.af.mil. Response date was changed FROM 11:00 AM EASTERN 26 JUN 2013 TO 4:00 PM EASTERN 27 JUN 2013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0192/listing.html)
 
Place of Performance
Address: WPAFB, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03100924-W 20130628/130627000002-4879474bd4f51a0f5ff97403199b9ab4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.