Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2002 FBO #0091
MODIFICATION

61 -- UNINTERRUPTIBLE POWER SUPPLY (UPS) - PART III

Notice Date
3/1/2002
 
Notice Type
Modification
 
Contracting Office
FISC Seal Beach Det., 800 Seal Beach Blvd., Bldg 239, Seal Beach, CA 90740-5000
 
ZIP Code
90740-5000
 
Solicitation Number
N0024402R0025
 
Response Due
4/2/2002
 
Point of Contact
Gretchen Yeh, Contract Specialist
 
E-Mail Address
Email your questions to Use this e-mail address to contact the contract specialist
(yeh.gretchen@sbeach.navy.mil)
 
Description
(Continued from 61--UNINTERRUPTIBLE POWER SUPPLY (UPS)- PART II) 2.10.1.2 Battery Type: shall be sealed maintenance free high rate discharge, lead acid cells. 2.10.2 Remote Alarm Status Panel A wall mounted panel indicating LED?s: * UPS on line * Inverter fault * Load on bypass * Charger on * UPS on battery * Charger fault * Summary alarm * Lock out transfer * Battery shut down imminent * Overload shut down The alarms shall be a latching type, such that if an alarm is triggered, the LED will stay ON (latch) even if the alarm is corrected. This feature will provide the operator the chance to verify the occurrence of the alarm. The Remote Alarm Status Panel shall also be equipped with: * ALARM RESET push-button to reset the latching alarm * HORN for alarm annunciation * HORN RESET push-button to silence the audible alarm 2.11 Other Characteristics * Dimension: Maximum (100 inches H x 40 inches D x 180 inches W) * Weight: Less than 10,000 lbs 3. SUPPORT REQUIREMENTS 3.1 INSTALLATION PROVISIONS The contractor shall be responsible for delivering and providing all the materials, personnel, and testing as required for installation of the 300 KVA UPS. 3.1.1 The contractor shall be responsible for providing any special preparation work (prior to UPS installation) such as laying concrete, digging trenches, and wiring cable. 3.1.2 The contractor shall be responsible for removal and disposal of the old units. 3.1.3 The contractor may conduct a pre-installation site survey; however, this shall last no longer than two (2) days. During this site survey, range personnel will be available to answer questions, discuss possible problem areas, and determine strategies to overcome identified difficulties. 3.2 QUALITY ASSURANCE PROVISIONS The contractor shall meet the following requirements to insure that the government obtains the highest quality equipment available. 3.2.1 PERFORMANCE EVALUATION 3.2.1.1 The contractor shall test the operation of the UPS capability once installed at the AFWTF facility prior to final acceptance of the system. The contractor shall serve as a consultant during the planning and execution of this test. 3.2.1.2 The contractor shall submit a site acceptance test procedure. The site acceptance test procedure shall be designed to illustrate compliance with section 2 in this procurement specification and shall be delivered at least twenty (20) days prior to installation. 3.2.2 STANDARD COMMERCIAL PRODUCTS 3.2.2.1 All equipment provided by the contractor shall be new, unmodi fied, commercial product. 3.2.2.2 The contractor shall be responsible for determining that all material and workmanship requirements have been met. 3.3 LOGISTICS SUPPORT 3.3.1 The contractor shall provide a minimum of four hours training to AFWTF personnel for UPS operation and maintenance. 3.3.1.1 The contractor shall provide all required training materials. 3.3.2 The contractor shall provide three hard copies plus and electronic version of Operation and Maintenance manuals for the UPS and the batteries. 3.3.3 The contractor shall provide a suggested spare parts list for the UPS. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including extended warranties, offered to the general public. Expre ss warranties shall be included in the proposal. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-18, European Union Sanction for Services; and 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 Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPORALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items, Alternate I. The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Ability to meet both technical capability and the ability to meet the required delivery schedule represent min criteria for acceptable award. Failure to meet these two criteria shall render the offer technically unacceptable and not considered for award. Offeror's commercial product brochures and/or technical information submitted shall be used to make a determina tion of whether the offeror meets the technical capability requirements. Offerors shall provide information that clearly demonstrates ability to meet technical requirements. Ability to meet the stated required delivery schedule shall be demonstrated by the offeror's submission of a signed offer that has not taken exception to the required delivery schedule. The Government intends to make a single award to the responsible offeror whose offer meets the min criteria at the lowest price. The min criteria is the salient characteristics described above and the ability to meet the required delivery schedule. Note: the full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov.far; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. In addition to the Company's complete mailing a nd remittance addresses, discounts for prompt payment, parties responding to this solicitation must provide Commercial and Government Entity Code, Contractor Establishment Code and Tax Identification number. All FAR certifications and representations specified above must accompany your proposal. One original and one copy of the proposal shall be sent to: Fleet and Industrial Supply Center, Code 280, 800 Seal Beach Blvd, Bldg 239, Seal Beach, CA 90740-5000. Any person wishing to hand deliver an offer should provide advanced notification to Gretchen Yeh at (562) 626-7365 between 7:00 a.m. and 3:30 p.m. Monday through Friday. The person must be a U.S. Citizen and provide his/her Social Security Number. The Pass and ID office is at the Main Gate of the Naval Weapons Station on Seal Beach Blvd. Entry to the building is through the Westminster Ave gate. Failure to be permitt ed access to the Station shall not be considered justification for consideration of a late proposal by the Government. The terms of the provision at FAR 52.214-7 or at FAR 52.215-10, which define late submissions, modifications, and withdrawals of bids or proposals, apply. E-mail copy is acceptable, e-mail address: yeh.gretchen@sbeach.navy.mil. Proposals must be received no later than 3:00 PM, local time, on 2 April 2002.
 
Web Link
Click here to get more information about FISC, San Diego
(http://www.sd.fisc.navy.mil)
 
Record
SN00034723-W 20020303/020301213253 (fbodaily.com)
 
Source
FedBizOpps.gov 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.