Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2007 FBO #2071
SOLICITATION NOTICE

61 -- Universal Power Supply

Notice Date
7/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
174 FW/LGC, 6001 East Molloy Road, Syracuse, NY 13211-7099
 
ZIP Code
13211-7099
 
Solicitation Number
F9GGGA7134A100
 
Response Due
8/9/2007
 
Archive Date
10/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. . This solicitation, F9GGGA7134A100, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Fede ral Acquisition Circular (FAC) 2005-16. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 335311 and the small business size standard is 750 employees. The following commercial items are requested in this solici tation; 0001 - Purchase Universal Power Supply for the NCC Bldg 700, RM124. 1 EACH. 30 kva Universal Power Supply Unit; OUTPUT: Minimum Configurable Power 24000 Watts/30000VA; Nominal Output voltage 120V, 208V, 208V 3PH; Efficiency at full load 92%; Outpu t voltage distortion less than 3% at full load; output frequency (sync to mains) 60 Hz nominal +/- 3 Hz; Crest factor unlimited; Waveform Type Sine wave; output connections (1) hard wire 5-wire (3PH+N+G); INPUT: Bypass built-in static bypass; nominal input voltage 208v 3PH; input frequency 50/60 Hz =?- 3 Hz (auto sensing); input connections hard wire 5-wire (3PH+N+G); Input voltage range for main operations 177-240V; Batteries & Runtime: Battery Type maintenance-free sealed lead-acid battery with suspended electrolyte: leak proof; typical battery lifespan: 3-6 years; recharge time 2-4 hour(s); minimum backup time at half load 20 minutes (10000 Watts); minimum backup time at full load 15 minutes (20000 Watts); option to extend runtime; Communications & Manage ment: Interface Port(s) RJ-45 10 Base-T Ethernet for web/ SNMP/ Telnet management; Control panel multi-function LCD status and control console with software to power down equipment when batteries low and AC power is not available; Audible alarm when on bat tery: distinctive low battery alarm: configurable delays; Emergency power off (EPO) Yes; Physical: Maximum height 2070.00 mm; Maximum width 600.00 mm; Maximum depth 902.00 mm; rack (included) Height 42U (no more than one rack for all equipment); Built in c ooling fans; Color black: Environmental: Operating Environment 0-40 degrees C Operating relative humidity 0-95%; audible noise at 1 meter from surface of unit 64 dBA; Online thermal dissipation 5942 BTU/hr; Protection Class NEMB 1; Conformance: Regulatory approvals UL listed, EN 50091-1, EN 50091-2, FCC part 15 Class A, ISO 14001, ISO 9001, UL 1778, UL 60950; Warranty: minimum 3 years onsite; MFG: APC, OR EQUAL Items should be shipped 30 Days ADC, FOB: Destination for delivery to NEADS, Rome, NY 13441. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commerc ial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of t his provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following c lauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employmen t Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7 004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to TSgt Steven Baranowski at : Fax 315-233-2134; e-ma il steven.baranowski@nysyra.ang.af.mil; or mail directly to 174th FW MSC, 6001 East Molloy Road, Syracuse, NY 13211-7099. Quotes are required to be received no later than 12:00 PM CST, Thursday, Aug 9, 2007.
 
Place of Performance
Address: 174 FW/MSC 6001 East Molloy Road, Syracuse NY
Zip Code: 13211-7099
Country: US
 
Record
SN01354849-W 20070729/070727221427 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.