Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
MODIFICATION

R -- Service Support Agreement (SSA) for maintenance and support for the Uninterruptable Power Source (UPS) systems - Amendment 1

Notice Date
12/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service, 1315 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
EE133E-18-RQ-0053
 
Archive Date
12/29/2017
 
Point of Contact
Joel L. Perlroth, Phone: (301) 713-9204
 
E-Mail Address
joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 Amendment 0001 is being issued to address questions recieved in response to the Request for Quotation This is being issued pursuant to Federal Acquisition Regulation 12 and 13 under simplified acquisition procedures for a commercial item as a combined synopsis solicitation prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information in this notice. This notice constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED separate from this announcement. Solicitation number EE133E-18-RQ-0053 is issued as a Request for Quotation (RFQ). You may submit your written quote on company letter head or on a Standard Form 1449. The solicitation documents and incorporated provisions and clauses are those in effect through FAR Federal Acquisition Circular 2005-96 effective November 6, 2017. The North American Industry Classification System Code (NAICS) is 811310 with a size standard of $7.5M. A firm fixed price contract will be awarded using Simplified Acquisition Procedures. The requirement is for a 12-month base period and two additional option periods pursuant to FAR 52.217-9 Option to Extend the Term of the Contract. The U.S. Department of Commerce/National Environmental Satellite data and Information Service, Field Delegate requires the following: PURPOSE: The purpose of this procurement is to establish a Service Support Agreement (SSA) for maintenance and support for the Uninterruptable Power Source (UPS) systems at the NOAA/NESDIS Fairbanks Command and Data Acquisition Station (FCDAS) in Fairbanks, Alaska, and at the FCDAS remote antenna site in Barrow, Alaska. SCOPE OR MISSION: FCDAS requires preventive maintenance and technical support for emergency power systems and components, including batteries, on-site emergency service, travel to and from the sites, labor, replacement parts, tech support, call management, field modifications, emergency telephone support 7 days/week, 24 hours/day. FCDAS provides essential satellite ground system services for earth observation spacecraft in support of property, life, and economic activities of the United States. Electrical power is mission-critical, and the UPS systems provide conditioned electrical power to all ground system equipment, including temporary power continuity in the event of a commercial power outage. Regular preventive maintenance and technical support on the UPS systems is required to maintain 99.9999% availability of critical infrastructure. BACKGROUND: FCDAS is a 24/7 satellite tracking station operated by the National Oceanic and Atmospheric Administration in support of national and international operational and research environmental monitoring spacecraft located near Fox, Alaska, approximately 15 miles northeast of Fairbanks. FCDAS also operates an unmanned satellite tracking system at the NOAA Earth Systems Research Laboratory in Barrow, Alaska. Barrow is a remote community on the North Slope where travel and working conditions are often difficult. The FCDAS UPS systems consist of two MGE Uninterruptable Power Source (UPS) Model E6TUPS500 UPS systems, S/N 208488.01 and 208488.06, which are critical elements of the electrical power infrastructure on site. The systems condition power and provide temporary backup power to the entire site. In the event of commercial power failure, the UPS systems hold station power for up to 30 minutes or until station generators automatically engage. The Barrow UPS consists of one APC UPS Model SUVTP15KF4B4S, 15kVA 208V 3PH UPS with battery modules and one SBPSU10K15F-WP External Maintenance bypass panel. The Barrow site does not have emergency generators, and the UPS is intended to feed conditioned power to the antenna equipment for brief commercial outages. TASKS/REQUIREMENTS: The Contractor shall perform preventive maintenance (PM), adjustments, and repairs to all UPS batteries, components, and subsystems to ensure the UPS' are able to perform to factory specification. Work includes periodic site visits for PMs, on-site emergency service, travel to and from the sites, labor, replacement parts, technical support, field modifications, emergency telephone support 7 days/week, 24 hours/day. The servicing Contractor shall provide all necessary labor, tools, instruments, software, and other materials required for diagnostics, testing, and repairs under this SSA. The Contractor shall be an authorized maintenance provider for MGE/APC equipment qualified to perform work on the specified UPS systems. The Contractor shall schedule the first PM visits to FCDAS and Barrow within 90 days of contract award. Period of Performance will be one year from time of contract award for base year, estimated to be December 2017 for a 12-month period, with two subsequent option years. Places of performance are NOAA/NESDIS CDA Station, 1300 Eisele Road, Fairbanks, AK 99712; and Barrow ESRL Observatory, 8 km northeast of Barrow, AK 99723. PREVENTIVE MAINTENANCE Fairbanks: Two preventive maintenance visits annually for two MGE Uninterruptable Power Source (UPS) Model E6TUPS500 UPS systems, S/N 208488.01 and 208488.06. The work shall include: • Battery checks, including inspections and tests for battery banks in each UPS unit; i.e., four strings of 40 batteries per unit (320 batteries total). • Inspection and/or test of major subassemblies and components. • UPS system state of health and functional tests, including comprehensive diagnostics as required. System functional tests shall include simulated commercial power outages, which will be coordinated with FCDAS personnel. • Software and/or firmware upgrades to ensure UPS system functionality and performance is maintained to manufacturer specifications. • Adjustments, field modifications, or replacement of minor parts of electrical, mechanical, cables, or other components to ensure UPS system functionality and performance is maintained to manufacturer specifications. Replacement parts exceeding $500 total cost will be considered under System Repairs. Barrow: Two preventive maintenance visits annually for one APC Uninterruptible Power Source (UPS) Model SUVTP15KF4B4S, 15kVA 208V 3PH UPS with four battery modules and one SBPSU10K15F-WP External Maintenance bypass panel. The work shall include: • Battery checks, including inspections and tests in the UPS unit. • Inspection and/or test of major subassemblies and components. • UPS system state of health and functional tests, including comprehensive diagnostics as required. • Software and/or firmware upgrades to ensure UPS system functionality and performance is maintained to manufacturer specifications. • Adjustments, field modifications, or replacement of minor parts of electrical, mechanical, cables, or other components to ensure UPS system functionality and performance is maintained to manufacturer specifications. Replacement parts exceeding $500 total cost will be considered under System Repairs. SYSTEM REPAIRS The Government will reimburse the Contractor on a time and materials basis for system repairs involving UPS components, assemblies, and modules exceeding $500 total cost and/or labor hours not included in routine PM visits. EMERGENCY TECHNICAL SUPPORT Assistance shall include 24 hours per day, 7 days per week, telephone technical support to assist FCDAS personnel identifying issues and resolving anomalous conditions with Fairbanks and Barrow UPS systems. Critical UPS functional or performance problems not resolvable by telephone shall be escalated to emergency status. Upon escalation, the Contractor shall dispatch qualified personnel to be on-site in Fairbanks within 24 hours and in Barrow within 72 hours to perform diagnostics and emergency repairs. The Government will reimburse the Contractor on a time and materials basis for emergency on-site responses. DELIVERABLES: Comprehensive UPS system reports of state, test results, inspection findings shall be delivered to the Government within five business days of completion of PM activities at each site. Diagnostic reports, as needed, describing system anomalies, diminished performance or functionality, and corrective actions required and/or taken shall be delivered to the Government within two business days of UPS system assessment. A recommended spares list of parts or components to be maintained on-site shall be delivered to the Government within 30 days of performance of the first annual PM visits. The Contractor shall indicate approximate costs and highlight long-lead items with delivery times of 30 days or more as well as parts likely to become obsolete in the next year to assist the Government in planning for spares purchases. The Contractor shall review and update the spares list as needed but not less than annually. SPECIAL REQUIREMENTS: Contractor personnel shall be US citizens or permanent legal residents (green-card holders) of the United States. Upon arrival in Fairbanks a NOAA Affiliate Electrician will accompany technician while maintenance is performed on the two UPS units. Commerce Acquisition Regulation (CAR) clauses: CAR 1352.201-70 Contracting Officer's Authority (APR 2010) CAR 1352.209-73 Compliance with the Laws (APR 2010) CAR 1352.209-74 Organizational Conflict of Interest (APR 2010) CAR 1352.239-70 Software License Addendum CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230} The following FAR clause is provided in full text: 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) 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 past performance. Best Value Approach: _X_ Tradeoff: This process allows for a tradeoff between non-cost factors (Mission Capability; Past Performance) and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve an overall best-value contract award. (b) "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) The following FAR Provisions and Clauses are incorporated by reference: 52.212-1, Instructions to Offerors (OCT 2015) 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015) 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (JUN 2016) applies to this acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (NOV 2015) 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6, Notice of Total Small Business Set Aside, (NOV 2011) 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor, (JUN 2003) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016) 52.222-21, Prohibition of Segregated Facilities, (APR 2015) 52.222-26, Equal Opportunity, (APR 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1, Buy American Act -- Supplies, (MAY 2014) 52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014) 52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 52.239-1, Privacy or Security Safeguards (AUG 1996) 52.232-39, Unenforceability of Unauthorized obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 -- Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations 52.203-99, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (1) The Government may seek any available remedies in the event the Contractor fails to comply with the provisions of this clause. (End of Provision) 52.203-98, PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. The anticipated award date is on or about December 18, 2017. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Joel.L.Perlroth@noaa.gov. Telephonic requests will not be honored. Questions may be submitted in writing via email to the Contracting Officer, Joel L. Perlroth at Joel.L.Perlroth@noaa.gov until 11:00 AM EST on December 5, 2017 to guarantee a government response. All questions submitted after that date and time are not guaranteed a response. Written offers and the above required information are due December 14, 2017, 1:00 AM EST. Please send responses electronically to Joel.L.Perlroth@noaa.gov. NO PHONE CALLS WILL BE ACCEPTED. All responsible sources may submit a quote, which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NCDCMD/EE133E-18-RQ-0053/listing.html)
 
Place of Performance
Address: Fairbanks, Alaska, United States
 
Record
SN04759581-W 20171208/171206231807-e7ea0443f4c74556b3219c72adac4be4 (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.