Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
SOLICITATION NOTICE

35 -- RECOVERY - Large-Scale Uninterruptible Power Supply (UPS) - Drawings and pictures - for additional site information

Notice Date
8/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
NB894030-9-04807
 
Archive Date
9/24/2009
 
Point of Contact
Jo-Lynn M Davis, Phone: 301-975-6337
 
E-Mail Address
jo-lynn.davis@nist.gov
(jo-lynn.davis@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pictures of loading docks and a typical elevator SKE 1- 16 (Proposed Electrical Work) that will be completed prior to the installation of the UPS' RECOVERY - THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS - AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ACQUISITION IS BEING FUNDED BY THE AMERICAN RECOVERY AND REINVESTMENT ACT OF 2009. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR), Federal Acquisition Circular 2005-36. All offerors (quoters) will be responsible to obtain related information or amendments to this solicitation, if any, from www.fbo.gov. Any communication regarding this acquisition must be made in writing and transmitted via email to Jo-Lynn.Davis@nist.gov and must identify the solicitation number, company name, company address, as well as the point of contact email address and telephone number. Prospective quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after award. A site visit will be held at NIST on August 28, 2009, from 09:00am – 11:30am. The location is as follows: NIST, 100 Bureau Drive, Building 225, Conference Room B111, Gaithersburg, MD 20899. The site visit will include a walk-through of each of the loading docks, elevators, attic, and lab spaces; a discussion of this requirement; a general introduction to work at the NIST facility; and an opportunity for questions. All questions received will be answered and issued to all prospective quoters. You must register in advance of the conference (24 hours is recommended). To register you must email Jo-Lynn.Davis@nist.gov; and include the name and citizenship of each participant. If you have questions concerning your registration you may contact Jo-Lynn via telephone at 301-975-6337. On the day of the conference, each participant must present valid photo identification to enter the NIST campus. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500 employees. This is a small business set-aside. Section 508 of the Rehabilitation Act of 1973, as amended, does not apply to this acquisition because the equipment is to be located in spaces frequented only by service personnel for maintenance, repair or occasional monitoring of equipment. The National Institute of Standards and Technology (NIST) has a requirement uninterruptible power supplies (UPS’). Information regarding the attic and lab room spaces is provided for informational purposes. The quoter must provide a quotation for a UPS for each of the attic/lab room spaces. The UPS’ will be located in the attic spaces and furnish power to the lab rooms. Delivery shall be FOB Destination – inside delivery and installation. The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. BACKGROUND - The Information Access Division’s (IAD) Biometrics Research Lab was created to support NIST biometrics research, standards and evaluations. IAD is upgrading the Uninterruptable Power Supply capability in three biometrics research labs, several cybersecurity, and one internet infrastructure lab. This effort is to replace aging smaller UPS to support the hardware in the labs and allow for easier support and administration of the lab power requirements and future computing hardware additions. This will allow NIST to remain a leader in biometrics research, cybersecurity research and internet infrastructure research as well as meet our mandates in these areas. UPS’ consume energy to operate and some unused energy is dissipated as heat as it passes through the UPS. The more heat and dissipated energy, the higher the cost of operation. These new high efficient UPS’ will reduce the electricity cost to run the labs. In addition to the cost savings, this enhanced efficiency will extend battery runtimes and produce cooler UPS operating temperatures which will extend component life and increase reliability. We will also expect to see a cost savings due to battery management and inherent redundancy built into the UPS’. GENERAL REQUIREMENTS - The Contractor shall provide six (6) UPS’ to the NIST, Gaithersburg, MD campus, buildings 222, 223, and 225. Each building has a loading dock. The Contractor shall transport each of the UPS’ from the loading dock(s) through the building(s) to the attic space(s), install, and start-up the UPS’. The Contractor’s delivery truck must be equipped with a lift gate. The size of the truck must not exceed 26 feet. The Contractor shall use the freight elevator and his own pallet jack to transport the UPS to the attic space. The NIST will require a delayed delivery for these items. The NIST may be able to accommodate a staggered or rolling delivery and installation schedule of the UPS’ to the NIST buildings. The NIST space may not be utilized for storage; the Contractor must delay delivery, and furnish the items in new condition. The Contractor shall furnish, deliver, install, start-up, and demonstrate system functionality of the UPS’. Delivery through demonstration will require coordination with the Contracting Officer’s Technical Representative (COTR), as there are restricted hours for site access at the NIST. Attic and Lab Room descriptions, including electrical information, are provided for informational purposes, and are determined to be accurate at the time of this publication. The Contractor will be notified of any changes if they become necessary during the electrical installation. Referenced room drawings, entitled, “Sketches SKE-1 thru 16” are attached for each of the following spaces for informational purposes. The Contractor shall quote an appropriate UPS for each of the six attic/lab room spaces, and shall include the delivery through start-up, warranty and maintenance for each. The freight elevator in each of the buildings is the same: The maximum weight limit (as displayed in each elevator) is 6,000 pounds. The opening is 5 feet wide and 7 feet 6 inches high. Inside dimensions are: 7 feet 2 inches wide; 5 feet 5 inches from door to rear of the elevator; and 8 feet 1 inch from inside floor to ceiling. 3. SPECIFIC REQUIREMENTS The Contractor shall certify that it is a Manufacturer Authorized Partner/Reseller as of the date of the submission of their offer, and that it has the certification/specialization level required by the Manufacturer to support both the product sale and product pricing, in accordance with the applicable Manufacturer certification/specialization requirements. The Contractor shall warrant that the products are new and in their original packaging. The Contractor confirms to have sourced all Manufacturer products submitted in this offer from the Manufacturer or through a Manufacturer Authorized Reseller, in accordance with all applicable laws and policies at the time of purchase. The Contractor shall warrant that the Manufacturer power monitoring, management and shutdown software via Simple Network Management Protocol (SNMP) communications is licensed originally to Buyer as the original licensee authorized to use the Manufacturer Software. The Contractor is required to include a confirmation statement to verify understanding, compliance, and acceptance of these requirements as part of the technical proposal. The Contractor shall perform a project closeout, including a walk-through of all facilities and a demonstration of systems functionality. The UPS’ quoted must be compatible with the electrical specifications for each of the following: All interested quoters shall provide a quote for the following line items Electrical information described for each of the attic spaces and lab rooms is given for reference only – quote each of the Contract Line Item Numbers (CLINS). Electrical Information (for information only): (Refer to the corresponding sketches (SKE-1 thru 16) for each of the following spaces.) Electrical Information (for information only): Building 222 Attic: •400A, MCB, 480/277V, 3PH panel in the attic with branch breakers as required for UPS Transformer. •Feeder from Penthouse Switchboard “222-A-1” 480/277V spare breaker to new 400A panel in Attic. •Heavy Duty Disconnect Switches 3 pole, 600V with fuse & locking provision as incoming switch near the UPS area as indicated in the sketch. The Disconnect rating will not exceed 200A. •Transformer 480:208/120V, 3PH, 4W at the incoming of UPS. The capacity of Transformer will depend on the UPS being installed. •Heavy Duty Disconnect Switch 3 pole, 240V with fuse & locking provision as outgoing switch near the UPS area as indicated in the sketch. The Disconnect rating will not exceed 400A. •Feeders between new 400A, 480/277V panel, incoming & outgoing Disconnect Switches, UPS as indicated in the sketches. Lab Room B251: •208/120V, 3PH, 4W panel with shunt trip MCB with branch breakers as required. The location of panel will be finalized during final design. •Emergency Push Button near the door and wire to the panel MCB shunt trip coil. •Feeder between Attic UPS outgoing disconnect and the panel located in the room. The conduit will run in the existing chase as shown in the sketch. •Grounding as per the NIST standard. •Feeder with 600V, PVC insulated, THHN, Copper cables in EMT conduit with compression fittings. The wires will be color coded. The routing of feeders will be as per the sketch and fastened to the wall/Column with Unistrut channels and clamps. All the feeders and branch circuits will be provided with separate ground wires. •Wiring with 600V, Copper THHN wire with color code per NEC. •All the materials will be UL listed and to NEMA standards. •The installation and required clearances will be according to NIST electrical standard, NEC, NFPA 70 and BOCA codes. CLIN 0001 - NIST GAITHERSBURG CAMPUS BLDG. 222 ROOM B251 - SPECIFICATIONS FOR UPS AT THIS LOCATION: 1.100 kVA UPS bypass switch compatible 2.Output Rating: 100kVA (90kW at 0.8 - 1 lagging power factor) 3.Input Voltage: 208VAC, 3 phase, 4 wire, Single/Dual Feed 4.Output Voltage: 120/208VAC, 3 phase, 4 wire 5.Feeder Breaker: 400A (80% Rated) 6.Communications: Power monitoring, management and shutdown software via SNMP communications 7.Module Dimensions: Not to exceed 48” Wide, 37” Deep, 81” High 8.VRLA Battery Module: 9.Cabinets per UPS: One (Preferable), plus battery enclosure(s) 10.Total Runtime: Minimum 30 minutes at 100% load 11.Disconnect: 300A DC Breaker internal to each cabinet 12.Battery Module Dim: Not to exceed 86” Wide, 37” Deep, 81” High 13.Breaker Maintenance Bypass 14.Integrated Circuit (IC) phase locked loops (PLL) to nullify phase shifting when switching to maintenance bypass mode 15.a) Module Weight b) Battery Module Weight (cabinet plus batteries) c) Total Floor Load in pounds per square foot Contractor to include weight for each (a, b, and c) above; if weight exceeds 200 pounds per square foot the Contractor must include a mitigation plan for appropriate weight distribution. 16.Warranty information (12 months required, additional time given preference) 17.Service Coverage for 5 years. Include 5 years of parts and labor coverage, one PM on the UPS and battery during normal business hours for all five years Response Time: minimum 8 hour response time. 18.Delivery, installation, start-up Electrical Information (for information only): Lab Room B215: •208/120V, 3PH, 4W panel with shunt trip MCB with branch breakers as required. The location of panel will be finalized during final design. •Emergency Push Button near the door and wire to the panel MCB shunt trip coil. •Feeder between Attic UPS outgoing disconnect and the panel located in the room. The conduit will be run in the existing chase as shown in the sketch. •Grounding as per the NIST standard. •Feeder with 600V, PVC insulated, THHN, Copper cables in EMT conduit with compression fittings. The wires will be color coded. The routing of feeders will be as per the sketch and fastened to the wall/Column with Unistrut channels and clamps. All the feeders and branch circuits will be provided with separate ground wires. •Wiring with 600V, Copper THHN wire with color code per NEC. •All the materials will be UL listed and to NEMA standards. •The installation and required clearances will be according to NIST electrical standard, NEC, NFPA 70 and BOCA codes. •Load on attic floor to be verified by NIST CLIN 0002 - NIST GAITHERSBURG CAMPUS BLDG. 222 ROOM B215 - SPECIFICATIONS FOR UPS AT THIS LOCATION: 1.80 KVA UPS with 208 VAC input and Output and bypass switch compatible 2.Output Rating: 80kVA (72kW at.9 lagging power factor) 3.Input Voltage: 208VAC, 3 phase, 4 wire, Single/Dual Feed 4.Output Voltage: 120/208VAC, 3 phase, 4 wire 5.Feeder Breaker: 300A (80% Rated) 6.Communications: Power monitoring, management and shutdown software via SNMP communications 7.Module Dimensions: Not to exceed 48” Wide, 37” Deep, 81” High 8.VRLA Battery Module 9.Cabinets per UPS: One (Preferable), plus battery enclosure(s) 10.Total Runtime: Minimum 30 minutes at 100% load 11. Disconnect: 300A DC Breaker internal to each cabinet 12.Battery Module Dim: Not to exceed 86” Wide, 37” Deep, 81” High 13.a) Module Weight b) Battery Module Weight (cabinet plus batteries) c) Total Floor Load in pounds per square foot Contractor to include weight for each (a, b, and c) above; if weight exceeds 200 pounds per square foot the Contractor must include a mitigation plan for appropriate weight distribution. 14.Breaker Maintenance Bypass 15.IC phase locked loops (PLL) to nullify phase shifting when switching to maintenance bypass mode 16.Warranty information (12 months required, additional time given preference) 17.Service Coverage for 5 years. Include 5 years of parts and labor coverage, one PM on the UPS and battery during normal business hours for all five years. Response Time: minimum 8 hour response time. 18.Delivery, installation, start-up Electrical Information (for information only): Lab Room A368-B367: •208/120V, 3PH, 4W panel with shunt trip MCB with branch breakers as required. The location of panel will be finalized during final design. •Emergency Push Button near the door and wire to the panel MCB shunt trip coil. •Feeder between Attic UPS outgoing disconnect and the panel located in the room. The conduit will be run in the existing chase as shown in the sketch. •Grounding as per the NIST standard. •Feeder with 600V, PVC insulated, THHN, Copper cables in EMT conduit with compression fittings. The wires will be color coded. The routing of feeders will be as per the sketch and fastened to the wall/Column with Unistrut channels and clamps. All the feeders and branch circuit will be provided with separate ground wires. •Wiring with 600V, Copper THHN wire with color code per NEC. •All the materials will be UL listed and to NEMA standards. •The installation and required clearances will be according to NIST electrical standard, NEC, NFPA 70 and BOCA codes. •Load on attic floor to be verified by NIST CLIN 0003 - NIST GAITHERSBURG CAMPUS BLDG. 222 ROOM A368/B367 - SPECIFICATIONS FOR UPS AT THIS LOCATION: 1.80 kVA UPS with 208 VAC input and output and bypass switch compatible 2.Output Rating: 80kVA (72kW at.9 lagging power factor) 3.Input Voltage: 208VAC, 3 phase, 4 wire, Single/Dual Feed 4.Output Voltage: 120/208VAC, 3 phase, 4 wire 5.Feeder Breaker: 300A (80% Rated) 6.Communications: Power monitoring, management and shutdown software via SNMP communications 7.Module Dimensions: Not to exceed 19” Wide, 37” Deep, 81” High 8.VRLA Battery Module 9.Cabinets per UPS: One (Preferable), plus battery enclosure(s) 10.Total Runtime: Minimum 30 minutes at 100% load 11.Disconnect: 300A DC Breaker internal to each cabinet 12.Battery Module Dim: Not to exceed 86” Wide, 37” Deep, 81” High 13.a) Module Weight b) Battery Module Weight (cabinet plus batteries) c) Total Floor Load in pounds per square foot Contractor to include weight for each (a, b, and c) above; if weight exceeds 200 pounds per square foot the Contractor must include a mitigation plan for appropriate weight distribution. 14.Breaker Maintenance Bypass 15.IC phase locked loops (PLL) to nullify phase shifting when switching to maintenance bypass mode. 16.Warranty information (12 months required, additional time given preference) 17.Service Coverage for 5 years. Include 5 years of parts and labor coverage, one PM on the UPS and battery during normal business hours for all five years. Response Time: minimum 8 hour response time. 18.Delivery, installation, start-up Building 223 Electrical Information (for information only): Attic: •New draw-out breaker in the Penthouse Switchboard “223-A-1” 480/277V in the space. •400A, MCB, 480/277V, 3PH panel in the attic with branch breakers as required for UPS Transformer. •Feeder from Penthouse Switchboard “223-A-1” 480/277V breaker to new 400A panel in Attic. •Heavy Duty Disconnect Switch 3 pole, 600V with fuse & locking provision as incoming switch near the UPS area as indicated in the sketch. The Disconnect rating will not exceed 200A. •Transformer 480:208/120V, 3PH, 4W at the incoming of UPS. The capacity of Transformer will depend on the UPS being installed. •Heavy Duty Disconnect Switch 3 pole, 240V with fuse & locking provision as outgoing switch near the UPS area as indicated in the sketch. The Disconnect rating will not exceed 400A. •Feeders between new 200A, 480/277V panel, incoming & outgoing Disconnect Switches, UPS as indicated in the sketches. •Load on attic floor to be verified by NIST Lab Room B340-B342: •208/120V, 3PH, 4W panel with shunt trip MCB with branch breakers as required. The location of panel will be finalized during final design. •Emergency Push Button near the door and wire to the panel MCB shunt trip coil. •Feeder between Attic UPS outgoing disconnect and the panel located in the room. The conduit will run in the existing chase as shown in the sketch. •Grounding as per the NIST standard. •Feeder with 600V, PVC insulated, THHN, Copper cables in EMT conduit with compression fittings. The wires will be color coded. The routing of feeders will be as per the sketch and fastened to the wall/Column with Unistrut channels and clamps. All the feeders and branch circuits will be provided with separate ground wires. •Wiring with 600V, Copper THHN wire with color code per NEC. •All the materials will be UL listed and to NEMA standards. •The installation and required clearances will be according to NIST electrical standard, NEC, NFPA 70 and BOCA codes. •Load on attic floor to be verified by NIST CLIN 0004 - NIST GAITHERSBURG CAMPUS BLDG. 223 ROOM B340-B342 SPECIFICATIONS FOR UPS AT THIS LOCATION: 1.80 KVA UPS with 208 VAC input and output and bypass switch compatible 2.Output Rating: 80kVA (72kW at.9 lagging power factor) 3.Input Voltage: 208VAC, 3 phase, 4 wire, Single/Dual Feed 4.Output Voltage: 120/208VAC, 3 phase, 4 wire 5.Feeder Breaker: 300A (80% Rated) 6.Communications: Power monitoring, management and shutdown software via SNMP communications 7.Module Dimensions: Not to exceed 19” Wide, 37” Deep, 81” High 8.VRLA Battery Module. 9.Cabinets per UPS: One (Preferable), plus battery enclosure(s) 10.Total Runtime: Minimum 30 minutes at 100% load 11.Disconnect: 300A DC Breaker internal to each cabinet 12.Battery Module Dim: Not to exceed 86” Wide, 37” Deep, 81” High 13.a) Module Weight b) Battery Module Weight (cabinet plus batteries) c) Total Floor Load in pounds per square foot Contractor to include weight for each (a, b, and c) above; if weight exceeds 200 pounds per square foot the Contractor must include a mitigation plan for appropriate weight distribution. 14.Breaker Maintenance Bypass 15.IC phase locked loops (PLL) to nullify phase shifting when switching to maintenance bypass mode. 16.Warranty information (12 months required, additional time given preference) 17.Service Coverage for 5 years. Include 5 years of parts and labor coverage, one PM on the UPS and battery during normal business hours for all five years Response time: minimum 8 hour response time. 18.Delivery, installation, start-up Electrical Information (for information only): Building 225 •200A, MCB, 480/277V, 3PH panel in the attic with branch breakers as required for UPS Transformer. •New draw-out breaker in the Unit Substation located in the Attic. •Feeder from Unit Substation “225” 480/277V spare breaker to new 200A panel in Attic. •Heavy Duty Disconnect Switches 3 pole, 600V with fuse & locking provision as incoming switch near the UPS area as indicated in the sketch. The Disconnect rating will not exceed 200A. •Transformer 480:208/120V, 3PH, 4W at the incoming of UPS. The capacity of Transformer will depend on the UPS being installed. •Heavy Duty Disconnect Switch 3 pole, 240V with fuse & locking provision as outgoing switch near the UPS area as indicated in the sketch. The Disconnect rating will not exceed 400A. •Feeders between new 200A, 480/277V panel, incoming & outgoing Disconnect Switches, UPS as indicated in the sketches. •Load on attic floor to be verified by NIST Lab Room B45: •208/120V, 3PH, 4W panel with shunt trip MCB with branch breakers as required. The location of panel will be finalized during final design. •Emergency Push Button near the door and wire to the panel MCB shunt trip coil. •Feeder between Attic UPS outgoing disconnect and the panel located in the room. The conduit will run in the existing chase as shown in the sketch. •Grounding as per the NIST standard. •Feeder with 600V, PVC insulated, THHN, Copper cables in EMT conduit with compression fittings. The wires will be color coded. The routing of feeders will be as per the sketch and fastened to the wall/Column with Unistrut channels and clamps. All the feeders and branch circuits will be provided with separate ground wires. •Wiring with 600V, Copper THHN wire with color code per NEC. •All the materials will be UL listed and to NEMA standards. •The installation and required clearances will be according to NIST electrical standard, NEC, NFPA 70 and BOCA codes. •Load on attic floor to be verified by NIST CLIN 0005 - NIST GAITHERSBURG CAMPUS BLDG. 225 ROOM B45 -SPECIFICATIONS FOR UPS AT THIS LOCATION: 1.100 kVA UPS and bypass switch compatible 2.Output Rating: 100kVA (90kW at.9 lagging power factor) 3.Input Voltage: 208VAC, 3 phase, 4 wire, Single/Dual Feed 4.Output Voltage: 120/208VAC, 3 phase, 4 wire 5.Feeder Breaker: 400A (80% Rated) 6.Communications: Power monitoring, management and shutdown software via SNMP communications 7.Module Dimensions: Not to exceed 48” Wide, 37” Deep, 81” High 8.VRLA Battery Module. 9.Cabinets per UPS: One (Preferable), plus battery enclosure(s) 10.Total Runtime: Minimum 30 minutes at 100% load 11.Disconnect: 300A DC Breaker internal to each cabinet 12.Battery Module Dim: Not to exceed 86” Wide, 37” Deep, 81” High 13.a) Module Weight b) Battery Module Weight (cabinet plus batteries) c) Total Floor Load in pounds per square foot Contractor to include weight for each (a, b, and c) above; if weight exceeds 200 pounds per square foot the Contractor must include a mitigation plan for appropriate weight distribution. 14.Breaker Maintenance Bypass. 15.IC phase locked loops (PLL) to nullify phase shifting when switching to maintenance bypass mode. 16.Warranty information (12 months required, additional time given preference) 17.Service Coverage for 5 years to include 5 years of parts and labor coverage, at least one PM on the UPS and battery during normal business hours for all five years. Response Time: Minimum 8 hour response time. 18.Delivery, installation, start-up Electrical Information (for information only): Lab Room A366: •208/120V, 3PH, 4W panel with shunt trip MCB with branch breakers as required. The location of panel will be finalized during final design. •Emergency Push Button near the door and wire to the panel MCB shunt trip coil. •Feeder between Attic UPS outgoing disconnect and the panel located in the room. The conduit will run in the existing chase as shown in the sketch. •Grounding as per the NIST standard. •Feeder with 600V, PVC insulated, THHN, Copper cables in EMT conduit with compression fittings. The wires will be color coded. The routing of feeders will be as per the sketch and fastened to the wall/Column with Unistrut channels and clamps. All the feeders and branch circuits will be provided with separate ground wires. •Wiring with 600V, Copper THHN wire with color code per NEC. •All the materials will be UL listed and to NEMA standards. •The installation and required clearances will be according to NIST electrical standard, NEC, NFPA 70 and BOCA codes. •Load on attic floor to be verified by NIST CLIN 0006 - GAITHERSBURG CAMPUS BLDG. 225 ROOM A366 - SPECIFICATIONS FOR UPS AT THIS LOCATION: 1.40 kVA UPS and bypass switch compatible 2.Output Rating: 40kVA 3.Input Voltage: 208VAC, 3 phase, 4 wire, Single/Dual Feed 4.Output Voltage: 120/208VAC, 3 phase, 4 wire 5.Feeder Breaker: 400A (80% Rated) 6.Communications: Power monitoring, management and shutdown software via SNMP communications 7.Module Dimensions: Not to exceed 48” Wide, 37” Deep, 81” High 8.VRLA Battery Module 9.Cabinets per UPS: One (Preferable), plus battery enclosure(s) 10.Total Runtime: Minimum 30 minutes at 100% load 11.Disconnect: 300A DC Breaker internal to each cabinet 12.Battery Module Dim: Not to exceed 86” Wide, 37” Deep, 81” High 13.a) Module Weight b) Battery Module Weight (cabinet plus batteries) c) Total Floor Load in pounds per square foot Contractor to include weight for each (a, b, and c) above; if weight exceeds 200 pounds per square foot the Contractor must include a mitigation plan for appropriate weight distribution. 14.Breaker Maintenance Bypass. 15.IC phase locked loops (PLL) to nullify phase shifting when switching to maintenance bypass mode. 16.Warranty information (12 months required, additional time given preference) 17.Service Coverage for 5 years. Include 5 years of parts and labor coverage, one PM on the UPS and battery during normal business hours for all five years. Response Time: Minimum 8 hour response time. 19.Delivery, installation, start-up The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; and 52.212-3 Offeror Representations and Certifications-Commercial Items.***The following clauses apply to this acquisition: 52.203-15 Whistleblower Protections Under the American Recover and Reinvestment Act of 2009 (MAR 2009) (a) The Contractor shall post notice of employees rights and remedies for whistleblower protections provided under section 1553 of the American Recovery and Reinvestment Act of 2009 (Pub. L. 111-5). (b) The Contractor shall include the substance of this clause including this paragraph (b) in all subcontracts. 52.204-7 Central Contractor Registration. 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Alt II Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items including subparagraphs (4)52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (full text below); (8) 52.219-6 Notice of Total Small Business Set-Aside; (12) 52.219-14 Limitations on Subcontracting; (18) 52.219-28 Post Award Small Business Program Representation; (19) 52.222-3 Convict Labor; (20) 52.222-19 Child Labor – Cooperation with Authorities and Remedies; (21) 52.222-21, Prohibition of Segregated Facilities; (22) 52.222-26, Equal Opportunity; (23) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.SC. 4212); (24) 52.222-36, Affirmative Action for Workers with Disabilities; (25) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212); (29) Energy Efficiency in Energy-Consuming Products; (31) 52.225-1, Buy American Act – Supplies Alt II; (34) 52.225-13 Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129; (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; and 52.222-41 Service Contract Act of 1965 – Alternate II (May 2009) As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to— (i) Examine any of the Contractor’s or any subcontractors’ records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a),(b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than— (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause—(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (May 2009) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (E) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (F) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (G) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (H) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (I) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (J) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (K) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (L) 52.222-54, Employment Eligibility Verification (Jan 2009). (M) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009)(Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (N) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.* 52.237-2 Protection of Government Buildings, Equipment, and Vegetation*** Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm.***All quoters shall submit the following: 1) A quotation which addresses all Line Items; 2) Description of commercial warranty; 3) A copy of the most recent (relevant portions) of published price list(s); and 4) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items which may be downloaded at www.acqnet.gov. Registration for the reporting to FederalReporting.gov in accordance with FAR Clause 52.204-11 is effective August 17, 2009. All award recipients must register prior to fulfilling their reporting obligations. You are encouraged to register by September 30, 2009 and reporting may begin October 1, 2009. ***All quotations must be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Jo-Lynn Davis, Building 301, Room B125, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. Quoters shall ensure the RFQ number is visible on the outermost packaging.***Submission must be received by 3:30 p.m. local time on September 9, 2009.***Emailed quotations will be accepted. FAXED QUOTATIONS WILL NOT BE ACCEPTED. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made through Gate A, and a 24 hour (excluding weekends and holidays) prior notice shall be provided to Jo-Lynn Davis, via telephone on 301-975-8172. NIST is not responsible for late delivery due to the added security measures. In addition, quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver quotes on time. Full text of 52.204-11 American Recovery and Reinvestment Act (MAR 2009) (a)Definitions. As used in this clause— “Contract”, as defined in FAR 2.101, means a mutually binding legal relationship obligating the seller to furnish the supplies or services (including construction) and the buyer to pay for them. It includes all types of commitments that obligate the Government to an expenditure of appropriated funds and that, except as otherwise authorized, are in writing. In addition to bilateral instruments, contracts include (but are not limited to) awards and notices of awards; job orders or task letters issued under basic ordering agreements; letter contracts; orders, such as purchase orders, under which the contract becomes effective by written acceptance or performance; and bilateral contract modifications. Contracts do not include grants and cooperative agreements covered by 31 U.S.C. 6301, et seq. For discussion of various types of contracts, see FAR Part 16. “First-tier subcontract” means a subcontract awarded directly by a Federal Government prime contractor whose contract is funded by the Recovery Act. “Jobs created” means an estimate of those new positions created and filled, or previously existing unfilled positions that are filled, as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as “full-time equivalent” (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. “Jobs retained” means an estimate of those previously existing filled positions that are retained as a result of funding by the American Recovery and Reinvestment Act of 2009 (Recovery Act). This definition covers only prime contractor positions established in the United States and outlying areas (see definition in FAR 2.101). The number shall be expressed as “full-time equivalent” (FTE), calculated cumulatively as all hours worked divided by the total number of hours in a full-time schedule, as defined by the contractor. For instance, two full-time employees and one part-time employee working half days would be reported as 2.5 FTE in each calendar quarter. “Total compensation” means the cash and noncash dollar value earned by the executive during the contractor’s past fiscal year of the following (for more information see 17 CFR 229.402(c)(2)): (1) Salary and bonus. (2) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount recognized for financial statement reporting purposes with respect to the fiscal year in accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R), Shared Based Payments. (3) Earnings for services under non-equity incentive plans. Does not include group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of executives, and are available generally to all salaried employees. (4) Change in pension value. This is the change in present value of defined benefit and actuarial pension plans. (5) Above-market earnings on deferred compensation which is not tax-qualified. (6) Other compensation. For example, severance, termination payments, value of life insurance paid on behalf of the employee, perquisites or property if the value for the executive exceeds $10,000. (b) This contract requires the contractor to provide products and/or services that are funded under the American Recovery and Reinvestment Act of 2009 (Recovery Act). Section 1512(c) of the Recovery Act requires each contractor to report on its use of Recovery Act funds under this contract. These reports will be made available to the public. (c) Reports from contractors for all work funded, in whole or in part, by the Recovery Act, and for which an invoice is submitted prior to June 30, 2009, are due no later than July 10, 2009. Thereafter, reports shall be submitted no later than the 10th day after the end of each calendar quarter. (d) The Contractor shall report the following information, using the online reporting tool available at www.FederalReporting.gov. (1) The Government contract and order number, as applicable. (2) The amount of Recovery Act funds invoiced by the contractor for the reporting period. A cumulative amount from all the reports submitted for this action will be maintained by the government’s on-line reporting tool. (3) A list of all significant services performed or supplies delivered, including construction, for which the contractor invoiced in this calendar quarter. (4) Program or project title, if any. (5) A description of the overall purpose and expected outcomes or results of the contract, including significant deliverables and, if appropriate, associated units of measure. (6) An assessment of the contractor’s progress towards the completion of the overall purpose and expected outcomes or results of the contract (i.e., not started, less than 50 percent completed, completed 50 percent or more, or fully completed). This covers the contract (or portion thereof) funded by the Recovery Act. (7) A narrative description of the employment impact of work funded by the Recovery Act. This narrative should be cumulative for each calendar quarter and only address the impact on the contractor’s workforce. At a minimum, the Contractor shall provide—(i) A brief description of the types of jobs created and jobs retained in the United States and outlying areas (see definition in FAR 2.101). This description may rely on job titles, broader labor categories, or the contractor’s existing practice for describing jobs as long as the terms used are widely understood and describe the general nature of the work; and (ii) An estimate of the number of jobs created and jobs retained by the prime contractor, in the United States and outlying areas. A job cannot be reported as both created and retained. (8) Names and total compensation of each of the five most highly compensated officers of the Contractor for the calendar year in which the contract is awarded if— (i) In the Contractor’s preceding fiscal year, the Contractor received— (A) 80 percent or more of its annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (B) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants) and cooperative agreements; and (ii) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (9) For subcontracts valued at less than $25,000 or any subcontracts awarded to an individual, or subcontracts awarded to a subcontractor that in the previous tax year had gross income under $300,000, the Contractor shall only report the aggregate number of such first tier subcontracts awarded in the quarter and their aggregate total dollar amount. (10) For any first-tier subcontract funded in whole or in part under the Recovery Act, that is over $25,000 and not subject to reporting under paragraph 9, the contractor shall require the subcontractor to provide the information described in (i), (ix), (x), and (xi) below to the contractor for the purposes of the quarterly report. The contractor shall advise the subcontractor that the information will be made available to the public as required by section 1512 of the Recovery Act. The contractor shall provide detailed information on these first-tier subcontracts as follows: (i) Unique identifier (DUNS Number) for the subcontractor receiving the award and for the subcontractor’s parent company, if the subcontractor has a parent company. (ii) Name of the subcontractor. (iii) Amount of the subcontract award. (iv) Date of the subcontract award. (v) The applicable North American Industry Classification System (NAICS) code. (vi) Funding agency. (vii) A description of the products or services (including construction) being provided under the subcontract, including the overall purpose and expected outcomes or results of the subcontract. (viii) Subcontract number (the contract number assigned by the prime contractor). (ix) Subcontractor’s physical address including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (x) Subcontract primary performance location including street address, city, state, and country. Also include the nine-digit zip code and congressional district if applicable. (xi) Names and total compensation of each of the subcontractor’s five most highly compensated officers, for the calendar year in which the subcontract is awarded if— (A) In the subcontractor’s preceding fiscal year, the subcontractor received— (1) 80 percent or more of its annual gross revenues in Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (2) $25,000,000 or more in annual gross revenues from Federal contracts (and subcontracts), loans, grants (and subgrants), and cooperative agreements; and (B) The public does not have access to information about the compensation of the senior executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (End of clause) REQUIRED SUBMISSIONS – Quotation Content: Each quotation shall consist of three (3) separate files: (a) Business Quotation (b) Technical Quotation and (c) Price. If you are submitting your quotation electronically each volume must be a separate file. If you submit a hard copy, an original and four copies must be provided. No pricing information shall be included in the business or technical quotation volumes. ADDENDUM to 52.212-1, QUOTATION PREPARATION INSTRUCTIONS This is an open-market solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The quoter shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The quoter shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Quoter shall list exception(s) and rationale for the exception(s)” Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a quoter submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the quoter’s FSS or GWAC contract, and the statement required above shall be included in the quotation. In accordance with FAR 52.204-7, the successful quoter must be registered in the Central Contractor Registration (www.ccr.gov) prior to award. Refusal to register shall constitute a forfeiture of the award. Business Quotation (Volume I): Shall include the following: 1) Offeror’s DUNS and TIN, and point of contact information providing name, telephone number and email address; 2) Signature Authority – The person who signs the quotation shall have the authority to commit the offeror to all of the provisions of the quotation. 3) Completed FAR 52.212-3, Offeror Representations and Certifications. Offerors shall complete the annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 212-3 Offerors Representations and Certifications-Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. If the quoter is not registered at www.orca.bpn.gov, a completed copy of FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS—COMMERCIAL ITEMS must be submitted as part of the business volume. 4) The quoter shall indicate its socioeconomic status. This volume must also include all special requirements and certifications and your Past Performance Information. Past Performance The quoter shall provide past performance information regarding relevant contracts over the past five (5) years with Federal, state, or local governments, or commercial customers. If the quoter intends to subcontract with another firm(s) for part of this requirement, that firm’s past performance information shall also be provided. If the quoter has no relevant past performance, it shall include a statement to that effect in its quotation. The Government reserves the right to consider data obtained from sources other than those described by the quoter in its quotation. The description of each contract described in this section shall not exceed one-half page in length. For each contract, the quoter shall provide the following information. It is recommended that 3-5 contracts be referenced. 1.Contract number; 2.Description and relevance to solicitation requirements -include dollar value; 3.Period of Performance – indicate by month and year the state and completion (or “ongoing”) dates for the contract; 4.Reference Contact – If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract; 5.Contracting Office – If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer’s Representative (COR), and their names, current telephone numbers and email addresses. 6.Problems Encountered – include information regarding information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. Technical Quotation Content (Volume II): Technical Quotations should be complete yet concise. If you propose Key Personnel include a resume for the Key Personnel. The technical submission must address all requirements, as partial submissions may be rejected. (i) Technical Solution: To enable NIST to determine the quoter’s technical capability, the quoter shall submit a the manufacturer, make and model complete technical description, including product literature if necessary, for the equipment it is proposing, which clearly identifies and clearly states the technical capabilities required. The quoter must demonstrate that the proposed equipment satisfies all of the technical requirements described in the statement of work. The quoter shall complete a line-by-line response to each requirement set forth in each Line Item (information regarding each specification for each UPS shown in the attic/lab room descriptions). Specifications are shown in ranges where possible, preference will be given to higher efficiency, or those closest to the preference. The Contractor shall respond as “exceed”, "meets” or “does not meet”. “Exceeds” means the Contractor meets every aspect of the required specification and exceeds one or more aspects of the required specification. The exceedance must be clearly documented in the quotation; “Meets” means the quoter meets every aspect of the required specification as stated in the solicitation. There are no exceedances; “Does Not Meet” means the quoter does not meet one or more aspects of the required specification. Those aspects that do not meet must be clearly documented in the quotation. The quoter shall also provide a reference to where its technical description in previously or current published product literature supports the selection of “meets” or “exceeds.” If a quoter does not indicate whether its proposed equipment meets a certain technical requirement, NIST will determine that it does not. The quoter must provide the country of origin for all equipment quoted. (ii) Corporate Experience To enable NIST to evaluate the quoter’s experience, the quoter shall demonstrate the extent to which it has recently, within the past 5 years, manufactured, distributed, and installed similar equipment. The quoter’s description of its experience must enable NIST to determine the relevance of its experience to the current requirement. Documentation of at least three (3) similar jobs (provide/install/start up) by the Contractor must be submitted. Descriptions along with pictures, drawings, technical and/or product literature, are examples of acceptable documentation, along with site locations, size of equipment provided and installed. (iii) Logistical Considerations The quoter shall supply lead times, from the date of anticipated Government availability of space (for quote preparation purposes, assume 10 months from date of award for delivery/installation/start-up) for delivery of all line items listed in the Schedule, and provide a milestone schedule indicating the dates for the delivery of the equipment, installation, and start up. The quoter must provide information regarding the delivery, installation, and start-up, along with a full understanding in a detailed plan on how the quoter will manage the delayed delivery, and the possibility of a staggered or rolling installation schedule. This may include agreements with the manufacturer for postponed manufacturing, or an ordering forecast with direct replacement authorization to allow the Government to receive the then-current model of the equipment required. Quoters must acknowledge that no on-site storage of equipment prior to the day of installation will be available at the NIST. Price Quotation Content- Volume III The quoter shall propose a firm-fixed-price for each CLIN. The period of validity of the price should be referenced on the price quotation. If hard copies are being submitted, an original and four copies must be provided. EVALUATION FACTORS FOR AWARD – The Government will evaluate quotations and award a purchase order to the quoter whose quotation represents the best value to the Government, price and other factors (technical solution, corporate experience, logistical considerations and past performance) considered. The technical volume will be evaluated first, only those quotes determined to be technically acceptable will be evaluated further. The non-price factors are approximately equal in value, and, when combined, are approximately equal to cost or price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/NB894030-9-04807/listing.html)
 
Place of Performance
Address: The National Institute of Standards and Technology, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN01925524-W 20090827/090826000553-5b95162bb85cd22630c30180fa40921a (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.