Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 25, 2009 FBO #2648
SOLICITATION NOTICE

J -- Repair and Maintenance of Uninterruptable Power Supply Equipment

Notice Date
2/23/2009
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Agriculture, Office of Procurement and Property Management, Procurement Operations Division, 300 7th Street, S.W., Room 377, Reporters Building, Washington, District of Columbia, 20024
 
ZIP Code
20024
 
Solicitation Number
AG-3142-S-09-0018
 
Response Due
2/24/2009 2:00:00 PM
 
Archive Date
2/27/2009
 
Point of Contact
Scott C. Wolz, Phone: 202-720-1894, Carrie Coffman,,
 
E-Mail Address
scott.wolz@da.usda.gov, carrie.coffman@usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is hereby cancelled in its' entirety. The government intends to conduct a new procurement on an unrestrictive basis. A separate FBO synopsis may be posted at a later date. Any questions concerning the cancellation must be provided in writing to the Contracting Officer at scott.wolz@da.usda.gov. Telephone inquiries will not be accepted. The United States Department of Agriculture (USDA), National Information Technology Center (NITC), located at 8930 Ward Parkway, Kansas City, Missouri, has four (4) Liebert Uninterruptible Power Supply (UPS) systems, (4) battery backup systems, nine (9) Liebert power distribution units with static switches and one (1) Load Bank Synchronization. NITC also has one (1) Mitsubishi UPS system with two battery cabinets, one bypass cabinet, and four (4) Power Distribution Units with Sid Cars at the facility located at 5601 Sunnyside Avenue Beltsville, Maryland. NITC also has five (5) MGE UPS systems with battery cabinets at the 4300 Goodfellow Blvd. facility in St. Louis, Missouri. The contractor may be requested under the contract to perform similar work at other locations if NITC obtains more computer room space. The Government seeks contractor support to provide repair and maintenance to ensure the efficient operation of the Uninterruptable Power Supply (UPS) equipment within the performance tolerances set by the manufacturer(s). Contractor support would include: preventative and remedial maintenance, replacement of parts and emergency services, as required, to ensure dependable operation of the UPS systems, twenty four (24) hours per day and seven (7) days per week (24x7x365 days). The Contractor shall take all necessary steps and preventable measures to maximize the life expectancy of the UPS systems. The Contractor shall be responsible for preventative maintenance and on-call maintenance (24x7x365 days) of all UPS systems, bypass control cabinets and battery backup systems. The contract period of performance will be for one (1) year with four (4), one year option periods. It is anticipated that services will commence March 1, 2009. The Contractor shall provide all supervision, labor, materials, supplies, repair parts, tools and equipment to plan, schedule, coordinate and ensure effective and economical operation, repair and maintenance of the UPS systems in accordance with the original equipment manufacturer's maintenance and operation specifications. The Contractor shall ensure and certify completion of all work and services specified. The anticipated proposal due date is January 14, 2009, not the date for issuance of the solicitation (refer to the solicitation for the specific proposal due date and time which may be revised based on the actual solicitation release date). This procurement is set-aside for small business vendors under NAICS Code 811310. It is anticipated that a single award, fixed price, indefinite delivery indefinite quantity contract will be awarded as a result of the solicitation. Telephone requests for the solicitation will not be honored. The RFP document was developed using MSWord and will only be available through the Government Point of Entry (GPE) via the http://www.fedbizopps.gov. All amendments and other information regarding the solicitation will be issued through FedBizOpps (FBO). Potential offerors will be responsible for monitoring FBO for amendments, and any other procurement related information.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=69850db8f5e06ce6299c88f04644e16c&tab=core&_cview=1)
 
Place of Performance
Address: Refer to synopsis description., United States
 
Record
SN01755324-W 20090225/090223214934-69850db8f5e06ce6299c88f04644e16c (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.