Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2004 FBO #1027
SOLICITATION NOTICE

61 -- The Army Contracting Agency, Southern Region, Directorate of Contracting, Fort Bliss, is soliciting firm-fixed price quotations to provide maintenance on a Liebert Signature Series E Uninterruptable Power Source.

Notice Date
9/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACA, Fort Bliss, Directorate of Contracting, Attn: ATZC-DOC, Building 2021, Club Road, Fort Bliss, TX 79916-6812
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-04-003
 
Response Due
9/21/2004
 
Archive Date
11/20/2004
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; prop osals are being requested and a written solicitation will not be issued. (ii) Solicitation: W911SG-04-003. (iii) Service to be acquired is maintenance on a Liebert Signature Series E Uninterruptable Power Source, Power Distribution Unit and Batteries. Period of performance is 1 October 2004 through 30 September 2005, with four (4) optional years. Additional specific requirements are as follows: Contractor shall guarantee a four (4) hour on-site response, seven days a week, 24 hours per day, within 1 50 miles of the service center. Contractor must include lifetime guarantee. S.O.S. service link remote monitoring service must be included. A 100 percent parts (excluding batteries) coverage shall be included. 100% labor and travel coverage seven (7) d ays a week, 24 hours a day must be included. Contractor shall perform one semi-annual and one annual preventive maintenance service. Service calls must be performed by Liebert factory trained customer engineers. A 1-800 customer response center must be available. UPS full preventive maintenance service shall include: A. Perform on a semi-annual basis: (1) A temperature check on all breakers, connections and associated controls, repair and/or report all high temperature areas; (2) Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components; (3) Check module(s) completely for the following (if applicable): a. Rectifier and invertor snubber boards for discoloration, b. Power A capacitor for swelling or leaking oil, and c. DC capacitor vent caps that have extruded more than 1/8 inch. (4) Record all voltage and current meter readings on the module control cabinet or the system control cabinet. (5) Measure and record harmon ic trap filter currents. B. Annual service includes the above plus the following: (1) Check the invertor and rectifier snubbers for burned or broken wires. (2) Check all nuts, bolts, screws and connectors for tightness, and heat discoloration. (3) Check fuses on the DC capacitor deck for continuity. (4) With customer approval, perform operational test of the system including unit transfer and battery discharge. (5) Calibrate and record all electronics to system specifications. (6) Install or p erform engineering field modifications as necessary. (7) Measure and record all low-voltabe power supply levels. (8) Measure and record phase-to-phase input voltage and currents. (9) Review system performance with customer to address any questions an d to schedule any repairs. C. Battery inspection service performed during the UPS semi-annual and annual PM service shall include: (1) Check integrity of battery cabinet. (2) Visual inspection of the battery cabinet and/or room to include: a. Check for no-ox grease or oil on all connections, b. Check battery jars for proper liquid levels, c. Check for corrosion on all the terminals and cables, and d. Examine the physical cleanliness for the battery room and jars. (3) Measure and record DC bus rip ple voltage. (4) Measure and record total battery float voltage. (iii) Provide a fixed price for the entire term of the contract (1 Oct 04 - 30 Sep 05) plus four (4) yearly optional periods. (iv) The provisions at 52.212-1, Instructions to Offeror-Co mmercial, and 52.212-2, Evaluation - Commercial Items, apply to this acquisition. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous t o the Government, price and other factors considered. The Government will evaluate offers for award purposes by adding the total price for all options to the t otal 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). (v) The following add itional provisions/clauses shall apply to the solicitation and/or any resultant order: 52.217-8, Option to Extend Services, 52.217-9, Option to Extend the Term of the Contract, 52.232-19, Availability of Funds for the Next Fiscal Year, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, and 252.2004-7004, Required Central Contractor Registration. (vi) Offers are due 21 September 2004, 4:00 p.m. local time. Contact Mr. John A. Cowgill, (915)568-4817, FAX (915)568-0836.
 
Place of Performance
Address: William Beaumont Army Medical Center 5005 N. Piedras Street El Paso TX
Zip Code: 79920
Country: US
 
Record
SN00675094-W 20040918/040917084411 (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.