Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

61 -- Electrical Power Install to Power Distribution Units - RFQ Spreadsheet

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
 
ZIP Code
62225-5406
 
Solicitation Number
DHQCSD09MPC0137
 
Archive Date
4/11/2009
 
Point of Contact
Gerald C. Thomas,, Phone: 6182299732
 
E-Mail Address
gerald.thomas1@disa.mil
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Spreadsheet The Defense Information Technology Contracting Organization (DITCO), Contracting Division, Hardware Section (DITCO/PL8322), 2300 East Drive, Scott AFB, IL 62225-5406, intends to issue a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested based on this announcement. A separate written solicitation will not be issued. The request for quote (RFQ ) document and incorporated provisions and clauses are those in effect through FAC 2005-30. This is a 100% small business set-aside (See FAR Part 19.502). The North American Industrial Classification System (NAICS) Code for this acquisition is 238210. The related small business size standard is $14M. Contract award cannot be made to any contractor not enrolled in the Department of Defense Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. This project consists of furnishing all labor and material to install 30 new electrical circuits to connect future equipment racks with the power distribution units at PE Dayton, 2721 Sacramento St, Bldg 271, Room 113, Wright-Patterson AFB, OH, 45433-5061. A copy of the Statement of Work is included in this notice and can be provided by e-mail upon request. The contract type will be firm fixed price. All unit prices and labor costs are firm fixed price. Interest vendors are asked to submit pricing for the total installation, inclusive of all cost, as one line item on the attached spreadsheet; but should provide supporting documentation with price quote. Brand name or equal products will be considered. Payment by Government Credit Card is the preferred method. Quote must indicate if credit card is acceptable or payment will be made via Wide Area Work Flow (WAWF). The proposed period of performance is within 30 calendar days ARC. Section 508 Accessibility Standards do not apply. A site survey for this project will held on March 20, 2009at the above address at 8:30 a.m. (CST). Please contact David Pfister at (937) 257-2072 to provide your interest in participating in the survey and to coordinate base access onto Wright-Patterson AFB. Site survey is at the contractor's expense. All contractual and technical questions must be submitted in writing and emailed NLT 10:00 a.m. CST, March 24, 2009 to gerald.thomas1@disa.mil. The due date for all quotes is NLT 4:30 p.m. CST March 27, 2009. All offers should be e-mailed to the attention of Gerald Thomas, Contract Specialist, at (618) 229-9732 or gerald.thomas1@disa.mil Evaluation of quotes will be conducted using Simplified Acquisition Procedures per FAR Part 13.106. The evaluation criterion is: LOWEST PRICE TECHNICALLY ACCEPTABLE. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION ON YOUR SUBMITTED QUOTE: 1. DUNS Number ________________________________________ 2. TIN Number _________________________________________ 3. CAGE Code __________________________________________ 4. Contractor Name_____________________________________ 5. Payment Terms (net 30) or Discount _________________ 6. Delivery Date ______________________________________ 7. Business Size (i.e. small, women-owned, etc.)_______ 8. Point of Contact & Phone Number_____________________ 9. Fax Number _________________________________________ 10. Email address______________________________________ 11. FOB (destination or origin)________________________ STATEMENT OF WORK (SOW) Power Installation for Teradata, USPv and GCSS-AF Period of Performance: Within 30 calendar days of award. This Statement of Work (SOW) includes the installation of thirty (30) runs of electrical wire to connect future equipment racks with the Power Distribution Units (PDUs). The circuits for each system shall be split between two separate (A and B buss) PDUs for redundancy. It will require the prospective contractor(s) to visit the site in order to determine: • location of the equipment racks and PDU(s) • quantity and size of materials needed • breakers- size and quantity as needed 1. STORAGE CABINET #1 (Teradata) One whip from "A-Buss" PDU with Russellstoll 9C53U2 receptacle One whip from "B-Buss" PDU with Russellstoll 9C53U2 receptacle Install Contractor- furnished KoldLok #2020 air block fitting. One #6 bonding jumper to signal reference grid 2. STORAGE CABINET #2 (Teradata) One whip from "A-Buss" PDU with Russellstoll 9C53U2 receptacle One whip from "B-Buss" PDU with NEMA L21-20R receptacle Install Contractor- furnished KoldLok #2020 air block fitting. One #6 bonding jumper to signal reference grid 3. NODE CABINET #1 (Teradata) One whip from "A-Buss" PDU with Russellstoll 9C53U2 receptacle One whip from "B-Buss" PDU with Russellstoll 9C53U2 receptacle One whip from "A-Buss" PDU with a NEMA 5-20R receptacle with backbox Install Contractor- furnished KoldLok #2020 air block fitting. One #6 bonding jumper to signal reference grid 4. NODE CABINET #2 (Teradata) One whip from "A-Buss" PDU with Russellstoll 9C53U2 receptacle One whip from "B-Buss" PDU with Russellstoll 9C53U2 receptacle One whip from "B-Buss" PDU with a NEMA 5-20R receptacle with backbox Install Contractor- furnished KoldLok #2020 air block fitting. Install One #6 bonding jumper to signal reference grid 5. SL-3000 (VION) Two whips from "A-Buss" PDU with NEMA L6-30R receptacle Two whips from "B-Buss" PDU with NEMA L6-30R receptacle Install Contractor- furnished KoldLok #2020 air block fitting. Install One #6 bonding jumper to signal reference grid 6. USPv (5 consecutive cabinets) Five whips (one to each cabinet) from "A-Buss" PDU with RS3934 receptacle Five whips (one to each cabinet) from "B-Buss" PDU with RS3934 receptacle Install Contractor- furnished KoldLok #2020 air block fitting. Install One #6 bonding jumper per rack to signal reference grid 7. SUN CABINET (GCSS-AF) One whip from "A-Buss" PDU with ME460R9W receptacle with backbox One whip from "B-Buss" PDU with ME460R9W receptacle with backbox Install Contractor- furnished KoldLok #2020 air block fitting. Install One #6 bonding jumper to signal reference grid 8. SUN CABINET (GCSS-AF) One whip from "A-Buss" PDU with ME460R9W receptacle with backbox One whip from "B-Buss" PDU with ME460R9W receptacle with backbox Install Contractor- furnished KoldLok #2020 air block fitting. Install One #6 bonding jumper to signal reference grid 9. SUN CABINET (GCSS-AF) One whip from "A-Buss" PDU with ME460R9W receptacle with backbox One whip from "B-Buss" PDU with ME460R9W receptacle with backbox Install Contractor- furnished KoldLok #2020 air block fitting. Install One #6 bonding jumper to signal reference grid 10. Install required number and size of circuit breakers in PDUs - single phase or 3-phase depending on loads. 11. Proposed approximate equipment locations are to be coordinated with the site Facility Manager. Equipment locations for each zone have already been established. Circuit installations must follow designated underfloor rectilinear pathways, not run directly to the equipment racks. Utilize "hot" aisles to run cable in where possible. 12. New technical power circuits shall be installed in 3/4" (or larger as necessary) Liquid-tight Flexible Metal Conduit (LFMC) from the designated power panel to the rack location(s). The Contractor may install up to two (2) circuits per conduit to reduce material usage. No cutting of conduit or other materials shall be accomplished inside the computer room. 13. If breakers or circuit positions are to be reused, the Contractor shall verify that these power circuits and breakers are not in use by physical inspection. Remove existing circuits, conduit, conductors, and receptacles connected to breaker positions to be used. Remove demolished material and dispose of offsite (not in Government refuse receptacles). 14. Each circuit shall be constructed with #10AWG stranded THHN conductors (minimum). Conductors shall be continuous from the power panel to the receptacle. Each circuit shall be Isolated Ground (IG), with each circuit's ground conductor connected to the IG bus bar in the PDU or panel (where available). 15. The Contractor shall cut each circuit to length to avoid excess being coiled under the raised floor; the maximum service loop at the receptacle location (as noted above) shall be six (6) feet. This electrical installation must comply with all aspects of Article 645 of the National Electrical Code (NEC). 16. Circuit junction boxes shall be labeled with commercial plastic or rubber tags indicating which PDU/panel and circuit number(s) each receptacle ties to. IT equipment and racks labeled to show the source (PDU or Panelboard) and circuit number(s) powering that equipment. 17. The Contractor shall provide redline drawings indicating actual installed paths followed by each circuit to the building Facility Manager and to DISA Computing Services - Facilities Engineering Team. 18. The Contractor shall provide updated PDU/panel information to the building Facility Manager and to DISA Computing Services - Facilities Engineering Team. 19. The Contractor shall cut access holes for power and grounding connections in the solid raised floor tiles. For each power and cabling penetration under the cabinet(s) the Contractor shall install a government-provided brushed bypass airflow closure system equivalent to that of the KoldLok surface-mount device at http://www.dataclean.com/surface-mount.htm. The Contractor shall reuse existing cut floor tiles as directed by the Facility Manager if they are available and will meet cabling, power, and grounding requirements prior to cutting new tiles. 20. The Contractor shall install grounding conductors from ten (10) new equipment cabinets being provided power to the Signal Reference Grid (SRG). Grounding conductors shall be flat braided copper straps, connected by exothermic welding, listed pressure conductors, and/or listed clamps. The Contractor shall coordinate with the Base Fire Department (or appropriate local authority) to obtain any necessary burn permits for exothermic welding. 21. The Contractor shall do a site survey of the each tasking and existing layouts to fully understand the scope of work before any tasking is started. The Contractor shall maintain a safe working area, clean of excess debris and follow security guidelines in the performance of this contract. 22. The Contractor shall maintain a clean work area and, after each day's work, clean the construction site. Projects may require that the Contractor provide additional roll-off or other rubbish receptacles specifically for project use. After completion of the job, the Contractor shall ensure that ALL dust and construction materials are removed from the project site. All excess materials and residue left over from the performance of this contract shall be removed from the building and removed from the GSA complex, and shall be disposed of off base. The Contractor shall be responsible for cleaning and vacuuming any dust, trash and any water on the floor for which he is responsible during the course of this contract. NO residual material shall be left on the premises. 23. Any damage to the facility incurred by the Contractor during a project shall be repaired by the Contractor at the Contractor's expense. The following provisions apply to this requirement: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Alt I, 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Foreign Transactions, 52.203-12 Limitations on Payments to Influence Certain Federal Transactions, 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-9000 Points of Contact, 52.212-1 Instructions to Offerors-Commercial, 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR Clause 52.212-4 Contract Terms and Conditions-Commercial Items, 52.215-20 Requirements for cost or Pricing Data or Information Other Than cost or Pricing Data, 52.219-8 Utilization of Small Business Concerns, 52.219.6 Notice to Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts & Compliance Reports, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Vets, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled, 52.225-13 Restriction on Certain Foreign Purchases, 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement, 52.232-17 Interest, 52.232-33 Payment by Electronic Funds Transfer, 52.232.36 Payment by Third Party, 52.232-9000 Wide Area Workflow, 52.236-2 Differing Site Conditions 52.236-3 Site Investigation and Conditions Affecting the Work. 52.236-12 Cleaning Up 52.236-27 Alt I Site Visit (Construction) 52.239-1 Privacy or Security Safeguards, 52.242-13 Bankruptcy, 52.243-1 Changes-Fixed Price, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 52.252-5 Authorized Deviations in Provisions, 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country, 252.212-7000 Offeror Representations and Certifications-Commercial Items, 252-212-7001 Contract Terms and Conditions, 252.232-7003 Electronic Submission of Payment Requests, 252.243-7001 Pricing of Contract Modifications, (access to clauses can be made via http://FARSITE.HILL.AF.MIL).
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f184ed185456880de3e7dcd08de72b6e&tab=core&_cview=1)
 
Place of Performance
Address: 2721 Sacramento St, Bldg 271, Room 113, Wright-Patterson AFB, Ohio, 45433-5061, United States
Zip Code: 45433-5061
 
Record
SN01772256-W 20090320/090318220532-f184ed185456880de3e7dcd08de72b6e (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.