SOLICITATION NOTICE
N -- UNINTERRUPTIBLE POWER SUPPLY SYSTEM (UPS) ON CAPE CANAVERAL AIR STATION
- Notice Date
- 5/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
- ZIP Code
- 32899
- Solicitation Number
- NNK05LA75P
- Response Due
- 5/13/2005
- Archive Date
- 5/5/2006
- Description
- NASA/KSC plans to issue a Request for Proposal (RFP) for the following Commercial item/services: NASA/KSC is developing a project to design and integrate a new Uninterruptible Power Supply (UPS) System at Building 60680 Hangar AE (HAE) on Cape Canaveral Air Station (CCAS), Florida. The UPS System will be designed to integrate with the industrial power feed and generator power feed including associated modifications (i.e., a matching Automatic Transfer Switch (ATS), UPS/ATS/Battery Monitoring Systems, etc.) in order to support Launch Operations of Expendable Launch Vehicles (ELVs). To accomplish the stated purpose, NASA will solicit offers to provide expert assistance in the development of the installation/integration design and expert services in actual installation and integration including supporting turnkey startup. The contractor shall provide all management, labor, transportation, supervision, and necessary materials and equipment (except for noted Government furnished property) to assist in the detailed design and integration, for the Facility Launch Support (FLS) Uninterruptible Power Supply (UPS) System. The FLS UPS System design shall include a Government provided UPS (300KVA / 270KW / 480V / 3 Phase Mitsubishi UPS), ATS, MOV Surge Suppressors, associated feed/load circuit breakers, and UPS/ATS/Battery Monitoring Systems. The Mitsubishi Electric 300KVA UPS provides a match to the existing Building 60680 Hangar AE Power Generator and Industrial Power configuration without having to upsize the current 350KW KatoLight Diesel Electric Generator Set and introducing additional unnecessary costs. The RFP will carry specifications to ensure 100% compatibility with the Government provided UPS. Since the UPS Module is the critical primary part of the UPS design, the contractor must also match all other supporting components to the overall UPS design for HAE compatibility (i.e., Batteries, Generator Automatic Transfer Switch, UPS/ATS/Battery Bank Monitoring Systems, AC Surge Suppression, remote status alarm panels, supporting AC and DC circuit breakers, spare parts kits, training, etc.). This procurement is a total small business set-aside. See Note 1. The NAICS Code and Size Standard are 335999 and 500 employees, respectively. The anticipated release date of RFP NNK05LA75P is on or about May 18, 2005 with an anticipated due date of May 31, 2005 All responsible sources may submit a proposal which shall be considered by the agency. [OMBUDSMAN STATEMENT IS REQUIRED] An ombudsman has been appointed. See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/KSC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76 Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the Internet site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. All contractual and technical questions must be submitted in writing to allen.j.miller@nasa.gov (e-mail) or 321-867-4848 (FAX) not later than May 13, 2005. Telephone questions will not be accepted.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#115381)
- Record
- SN00801916-W 20050507/050505212341 (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 |