SOURCES SOUGHT
70 -- Complete Solution for Whole Room Uninterruptable Power Supply for Computer Facility
- Notice Date
- 4/30/2008
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Interior, National Park Service, NPS - All Offices, WASO - WCP Contracting & Procurement P.O. Box 25287MS WCP Denver CO 80225
- ZIP Code
- 80225
- Solicitation Number
- RFI2551NITC
- Response Due
- 5/23/2008
- Point of Contact
- Tonya J. Atencio Contract Specialist 3039692574 tonya_atencio@nps.gov ;
- Description
- This SOURCES SOUGHT NOTICE is issued to obtain interested parties qualified in providing a three-phase continuous duty, on-line, double conversion, solid-state uninterruptible power system, hereafter referred to as the UPS. 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 system shall consist of, as required by the project, the UPS module, battery cabinet(s), maintenance bypass, and other features as described in this specification. Vendor will furnish and install a new 225kVA UPS with two Battery Cabinets for redundancy. Raised flooring will be extended into the tape storage room, furnished and installed by the Vendor, where the new UPS and PDU will reside. This will allow the room to be cooled by the existing computer room air conditioning equipment and provide access for distribution from the UPS into the computer room.Included in this contract will also be a 300 kVA PDU that will be used to feed the existing computer room load in panels CP1 Data Room panel, panel CP2 and panels CP3 & CP4. Vendor will furnish and install two slaves, slave A and slave B in the computer room fed off the PDU. This will allow government staff to install shorter distribution cables and provide additional breaker space for future growth. Out of these slaves, the Vendor will supply 75 new 520R4 power distribution cables to feed the existing load on the single phase UPS systems. Any addition feeds will be at a separate cost to the government. This structure is post tension construction; all new floor penetrations require x-rays prior to drilling and will be performed after normal business hours. If a crane or other heavy lifting device is needed, during any phase of this project, its use will be performed after normal business hours or on a weekend. Protection of the parking lot is required under the crane outriggers or other heavy lifting devices. Vendor will purchase and install all controls and monitors for the above listed units. Cutover to the new UPS will be conducted after hours or on a weekend. Government ISD staff must be present to shutdown equipment and restart it. Contractor will adhere to all City of Lakewood, CO current building codes and procure necessary building permits prior to beginning of contract. All work must be permitted and inspected by the City of Lakewood. Work within the computer room must be done between the hours of 6:00am MST and 8:30pm MST, when NITC staff is present. Arrangements for any other hours must be planned 2 days in advance. Work on the roof can be accomplished only when building management personnel are within the building to allow access to that area. Winning contractor will provide mechanical and electrical drawings required for permitting. This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational and planning purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Interested parties must be registered in the Central Contractor Registration (CCR), online at http://www.ccr.gov/ and must also register at the Online Representations and Certifications Application (ORCA) website https://orca.bpn.gov/. At this time, no solicitation exists: therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. Responses should contain:1) Company Name2) Address3) Point of Contact(s)4) Cage Code5) Phone Number6) Fax Number7) Size of Business pursuant to NAICS code 541513 (size standard $23M)8) A synopsis of capabilities9) Past performance of similar services (since April 2005) of the magnitude described above (include contact and phone number of projects listed)10) A statement as to whether your company is domestic or foreign owned. Large and small businesses are encouraged to participate in this survey. In addition to the size of business, indicate all classes of business(es) that fit your firm; i.e. Service Disabled Veteran Owned, Small Disadvantaged, Veteran-Owned, Woman-Owned, etc. Interested sources should submit responses to the Contract Specialist at tonya_atencio@nps.gov or facsimile 303-969-2887 no later than COB May 23, 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=228af55d1e9124d1ee748912e85a832b&tab=core&_cview=1)
- Place of Performance
- Address: National Park Service12795 W. Alameda PkwyLakewood, CO 80228
- Zip Code: 80228
- Zip Code: 80228
- Record
- SN01563573-W 20080502/080430220505-228af55d1e9124d1ee748912e85a832b (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 |