Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

61 -- Uninterruptible Power System (UPS)

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Great Lakes Office, Great Lakes, IL 60088
 
ZIP Code
60088
 
Solicitation Number
N00189-16-T-M014
 
Response Due
9/19/2016
 
Archive Date
3/18/2017
 
Point of Contact
Name: Robin Castellucci, Title: Contract Specialist, Phone: 8476886975, Fax: 8476882979
 
E-Mail Address
robin.castellucci@navy.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 FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N00189-16-T-M014 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2016-09-19 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Great Lakes, IL 60088 The FLC - Norfolk requires the following items, Brand Name or Equal, to the following: LI 001: UPS System - EATON 9155 SINGLE-PHASE (120/208V) UNINTERRUPTIBLE POWER SYSTEM (UPS) 8KVA/7.2 KW WITH UL924 EMERGENCY LIGHTING UPGRADE. (BRAND NAME OR EQUAL) THIS UNIT IS TO INCLUDE THE INTELLIGENT POWER MANAGER SOFTWARE TO MONITOR THE UPS REMOTELY. - BUNDLE INCLUDES: (1) 8KVA UPS MODULE, (1) 8-11KVA EBM, (1) 8-11KVA MBP AND (1) 5KW TRANSFORMER - GRAPHICAL LCD SCREEN ENABLES YOU TO CUSTOMIZE UPS SETTINGS, DIAGNOSE UPS ALARMS AND VIEW LOAD AND POWER CONSUMPTION. - INCLUDES EATON'S ABM TECHNOLOGY FOR 50% LONGER BATTERY LIFE - INCLUDES CONNECTIVITY CARD - 94% EFFICIENCY RATING IN NORMAL MODE - 4 POST RAIL KIT INCLUDED INPUT VOLTAGE: 208 - 240V OUTPUT VOLTAGE: 120/240V INPUT CONNECTION: HARDWIRED OUTPUT CONNECTION: (2) L6-30R (18) 5-20R ESTIMATED RUNTIME (FULL LOAD/HALF LOAD): 6/18 MINUTES DIMENSIONS (15.3 (9U)H" X 17.3 W" X 30.0 D") WEIGHT (LBS): 300, 5, EA; LI 002: EXTENDED BATTERY MODULE TO PROVIDE 90 MINUTES OF RUNTIME AT 7.2KW AND UPGRADE FOR UL924 EATON 8/11KVA EBM 9PXEBM240RT (BRAND NAME OR EQUAL) INCREASE BACKUP TIME FOR CRITICAL LOADS UP TO (5) EXTERNAL BATTERY MODULES ESTIMATED RUNTIME FULL LOAD / 90 MINUTES DIMENSIONS: 5.1 (3U) H" X 17.3 W" X 25.4 D" WEIGHT (LBS): 150 EATON 9PX 240VDC SUPERCHARGER MODULE SC240RT (BRAND NAME OR EQUAL) USED TO ADD UP TO 12 EBMS TO 8 / 11 KVA 9PX UPS MODELS. INCLUDES 4-POST RAIL KIT, 5, EA; LI 003: ON SITE WARRANTY 5 YEARS - 8 - 5 MONDAY - FRIDAY AND 24/7 PHONE SUPPORT AND ON SITE START UP SERVICES, 5, 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, FLC - Norfolk 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. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Norfolk is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, 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 offerors require additional clarification, notify the point of contact or 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. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm The NAICS code is 335999 and the Small Business Standard is 500. FAR 52.247-34, F.o.b. Destination applies New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ System for Award Management 52.204-10 Reporting Subcontract Awards. Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 52.212-2 Evaluation - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items. 52.219-28 Post-Award Small Business Program Rerepresentation. 52.222-3 Convict Labor 52.222-19 Child Labor--Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers w/ Disabilities 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010) 52.225-13 Restrictions on Certain Foreign Purchases. Requirements Relating to Compensation of Former DOD Officials (Sep 2011) Control of Government Personnel Work Product (April 1992) Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012) 252.211-7003 Item Identification & Valuation (AUG 2008) -252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation. Buy American Act & Balance of Payments (Oct 2011) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189-16-T-M014/listing.html)
 
Place of Performance
Address: Great Lakes, IL 60088
Zip Code: 60088-3420
 
Record
SN04273787-W 20160917/160916000018-47ded38cd4667e677b93ee65bd0ad732 (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.