Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

59 -- Uninterruptible Power Supplies

Notice Date
9/29/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
Polk, Polk, LA 00000
 
ZIP Code
00000
 
Solicitation Number
W9124E14T0029
 
Response Due
9/29/2014
 
Archive Date
3/28/2015
 
Point of Contact
Name: Matthew Wiggins, Title: Contract Specialist, Phone: 3375310906, Fax:
 
E-Mail Address
matthew.c.wiggins4.civ@mail.mil;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number W9124E14T0029. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 682242. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-09-29 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Ft Polk, LA 71459 The MICC Fort Polk requires the following items, Brand Name or Equal, to the following: LI 001: Uninterruptible Power Supply Maximum bypass input current of 180A, output power 52KW/65 KVA 208V 3 Phase power, input hard wire 5-wire(3PH+N+G) Max input current 195A, input breaker capacity 250A, nominal battery voltage 240V, one communication card slot for remote monitoring via a networked computer that is compatible with line item 0004, 1 year repair or replace warranty, Offered brand name or equal products shall comply with the Buy American Act (BAA). Proof of compliance with the BAA shall be provided with your quote., 2, EA; LI 002: External Battery Cabinet Includes 20 each 12V batteries with a 1 year warranty, the voltage on the DC Bus way is 240V, compatible with line Item 0001, the unit shall carry the full load at a minimum of 6 minutes, the unit shall carry 30% of the load for a minimum run time of 40 minutes, Offered brand name or equal products shall comply with the Buy American Act (BAA). Proof of compliance with the BAA shall be provided with quote., 2, EA; LI 003: External Bypass Cabinet 208V 3 Phase 40-75KVA input breaker 250A Max input current 195A required output protection 180A, output current 52 KW, output fuse of 65-75KVA, compatible with line item 0001, equipment in bypass mode shall be capable of making the regular alternating current bypass and de-energize line item 0001 and have regular power go straight to the load while line items 0001, 0002, 0003, and 0004 are still physically connected, while not in bypass mode the equipment shall be capable of handling all power requirements described in line item 0001, Offered brand name or equal products shall comply with the Buy American Act (BAA). Proof of compliance shall be provided with your quote., 2, EA; LI 004: Web/remote connectivity card Personal computer card, compatible with line item 0001, physically connects with line item 0001 that allows for a CAT 5 direct connection to a computer for remote monitoring or through an IP address and the internet through a connection with a locally established network to the internet, has SSL and SSH security, allows for montioring and status checks of the UPS over the internet or direct connection to the CAT5 cable, offered brand name or equal products shall comply with Buy American Act (BAA). Proof of compliance with the BAA shall be provided with quote., 2, EA; LI 005: Validation, Startup, and testing service Service in accordance with the Performance Work Statement. Contractor shall further validate that one complete UPS system (defined as a quantity of 1 each of line items 0001, 0002,0003, and 0004) is properly setup to serve as an immediate stand-by backup unit (that is wired in parallel with the primary unit) for an additional complete UPS System should the primary UPS unit fail to function. The contractor shall include all travel costs in accordance with the joint travel regulations with a fixed G&A rate., 2, EA; LI 006: Freight charges for line items 0001-0004, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Polk intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Polk is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after submission Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid?s line item pricing is higher than the pricing for the same item in the Selected Seller?s applicable (i.e., matching the Contract Type specified by the Buyer in the IFB) published government contract, the FedBid Fee will be adjusted to ensure the Selected Bid?s line item pricing does not exceed the Selected Seller?s applicable published government contract pricing. Such notice from the Selected Seller must include either an active link to the applicable published government contract and pricing (e.g. GSA Advantage, etc.) or a copy of the applicable portion of the contract and pricing and should be submitted to ClientServices@FedBid.com at or before expiration of the Buy process as specified in the IFB and as determined by the Web Site system clock. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Seller has viewed and agrees with all of the attached solicitation W9124E14T0029's buy terms and conditions. Seller agrees to validate by uploading (to the FEDBID system only through this FEDBID Buy) one (1) separate file by the buy end date that the offered hardware is Buy American Act Compliant. As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ?brand name or equal,? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ?equal? products must meet are specified in the solicitation. (b) To be considered for award, offers of ?equal? products, including ?equal? products of the brand name manufacturer, must? (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by? (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ?equal? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ?equal? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db18569fc28378b279dd53337a506818)
 
Place of Performance
Address: Ft Polk, LA 71459
Zip Code: 71459-5000
 
Record
SN03535214-W 20141001/140930022024-db18569fc28378b279dd53337a506818 (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.