SOURCES SOUGHT
59 -- Emergency power generation systems and UPS systems
- Notice Date
- 6/9/2003
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston MKTSVY 1BB3A
- Response Due
- 6/23/2003
- Point of Contact
- Point of Contact - Brenda D Grimsley, Contract Specialist, 843-218-5951
- E-Mail Address
-
Email your questions to Contract Specialist
(brenda.grimsley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPAWARSYSCEN, Charleston is soliciting information from potential sources for providing manufacturing, installation and life cycle support of Static Uninterruptible Parallel Redundant Power Supplies from 30 to 500 kva. Equipment provided should be a three-phase continuous duty on-line solid state uninterruptible power system. The UPS shall operate in conjunction with the existing building electrical system to provide power conditioning, back up and distribution for critical electrical loads. The UPS shall consist of two UPS modules connected together through a single parallel cabinet, one or more battery strings and other features as needed. UPS module should include the following: Rectifier/Charger, Static Inverter, Output Isolation Transformer, Control Panel, Monitor Panel, and Communication Panel. UPS should operate as an on-line, fully automatic system in the following modes: Normal: Critical load must be continuously supplied by the inverter. The rectifier/Charger must derive power from the commercial AC source and shall supply DC power to the inverter while simultaneously float-charging the battery. Battery: The critical load must continue to be supplied by the inverter, which shall obtain power from the batteries without any operator intervention. There shall be no interruption to the critical load upon failure or restoration of the commercial AC source. Recharge: Upon restoration of commercial AC the rectifier/charger must recharge the batteries and simultaneously provide power to the inverter. This must be an automatic function and can cause no interruption to the critical load. Bypass: If the UPS module must be taken off normal load for overload, load fault, or internal failures, the static bypass switch shall automatically transfer the critical load to the commercial AC power. Return from Bypass mode to normal mode of operation will be automatic. No-break transfer to and from bypass mode shall be capable of being initiated manually without operation of the static switch. A draft SOW is attached. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an indefinite-delivery, indefinite-quantity, and Firm Fixed Price type contract, with task orders. The estimated amount with a base period and one 1-year option period is $30,000,000.00. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience with the above systems and capabilities necessary to meet or exceed stated requirements. Responses shall be submitted to SPAWARSYSCEN, Charleston, Code 0217BG, PO Box 190022, North Charleston, SC 29419-9022, or by electronic mail to brenda.grimsley@navy.mil. To be considered, responses MUST include the following: (1) name and address of firm; (2) size of business: average annual revenue for past 3 years and number of employees; (3) ownership: large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) DUNS number (if available); (7) affiliate information; parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years; highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. It is requested that manufacturers that are other than a small business identify and provide information about authorized small business distributors, if any. NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. The government reserves the right to consider a Small Business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 335999, with a size standard of 500 employees. Closing date for responses is 23 June 2003.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=NAVbusopor.nsf&whichdoc=4D7602C7463DB88888256D4000694314&editflag=0)
- Record
- SN00342996-W 20030611/030609213632 (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 |