SOLICITATION NOTICE
61 -- Converters, Electrical, Non-Rotating
- Notice Date
- 7/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018912TZ151
- Response Due
- 8/3/2012
- Archive Date
- 8/18/2012
- Point of Contact
- John W. Crawford 215-697-9662
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This action will be a Small Business Set Aside. This announcement constitutes the only solicitation; a written solicitation will not be issued and PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-12-T-Z151. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-58 and DFARS Change Notice 20120629. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 335999 and the Small Business Standard is 500. This is a competitive, unrestricted action]. The NAVSUP Fleet Logistics Center Norfolk, Philadelphia, PA 19111-5083 requests responses from qualified sources capable of providing Batteries, Uninterruptible Power Supply, quantity 192 each, FOB Destination, per the CLIN descriptions indicated below. Delivery is 30 days after date of order; Delivery Location is Joint Staff Support Services Office- Hampton Roads, 116 Lake View Parkway, Suffolk, VA 23435-2697. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-4, Contract Terms and Conditions - Commercial Items [list the clauses that apply]; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L.109-282) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer ”Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 52.247 “34 F.o.b. Destination. (JAN 1991) DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including: 252.223-7001Hazard warning labels. (DEC 1991) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). 252.204-7004, Alternate A, Central Contractor Registration (SEP 2007). This announcement will close at 12:00 PM, Eastern Standard Time on 7 August 2012. Contact John W. Crawford, who can be reached at 215-697-9662 or email john.w.crawford@navy.mil. [A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government.] [Oral communications are not acceptable in response to this notice.] All responsible sources may submit a quote which shall be considered by the agency. [FAR 52.212-2, Evaluation - Commercial Items is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price, delivery, a determination of responsibility, and technically acceptable low quotes. The relative importance of the factors is as follows [price more important than delivery time.] Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. Invoicing and Payment are via Wide Area Workflow. For Brand Name or Equal procurements: The proposed contract action is for a brand name or equal product. The brand name, model number, and salient characteristics of the product(s) are: See Attachment I. FAR 52.211-6 -- Brand Name or Equal is hereby incorporated by reference. COMBINED SYNOPSIS/SOLICITATION N00189-11-T-Z480 SCOPE: The purpose of this SOW is to replace the single string 192 jar Douglas DGP2 1400 series batteries in an existing Powerware 93 15 750kVA Uninterrupted Power Supply (UPS) module located at 116 Lakeview Parkway, Suffolk, Virginia. ITEM001: Provide (192ea) Network Defender series 2DP-1400FR or equivalent Valve Regulated Lead Acid (VRLA) Batteries in existing 750kVA UPM (serial # EV253ZXX02) battery racks. The battery shall be capable of providing a minimum of 18 minutes run time at full UPM load. Include all associated materials. The replacement batteries will utilize the existing Douglas battery rack. Delivery will be FOB: destination. Provide manufacturer's warranty on replacement batteries. Warranty shall be a minimum of 15 year prorated warranty with the first 5 years covered at 100% ITEM002: Install (192) 2DP-1400FR Batteries Installation shall include: Removal and reinstallation of Cell Watch system hardware. Post cleaning and preparation. Application of No-ox corrosion inhibitor. Torque to manufacturer specifications. Measure and record individual jar DC float voltage. Measure and record plant AC ripple voltage and current. Perform initial battery equalization and calibration for 72 hours. Remove and dispose of spent batteries in accordance with EPA regulations. After 72hr float charge is complete, provide 100% full load testing of new Batteries, as directed by the Government's authorized representative. Include the following: The test shall be scheduled during a weekend to be coordinated with the Government. The test will be performed in the presence of the Government ™s authorized representatives and the testing representative who shall validate the test reports. Provide battery run time certification. The test plan shall be in accordance with National Fire Protection Agency (NFPA) 70B. The test shall include online/normal mode and battery load test. Inspect and verify monitor card calibration. There will be no unscheduled disruption of the electrical power to the Government's facility. If there is a need to disrupt power during the installation, testing or commissioning it will be scheduled over a weekend or after hours and will not last more than 12 hours. Any required power outages to the Government's facility will be requested at least 30 days before the date of the outage and approved by the Government. Installation to be completed and accepted within 70 days after award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018912TZ151/listing.html)
- Place of Performance
- Address: JSSO
- Zip Code: 116B Lake View PKWY, Suffolk, VA
- Record
- SN02813361-W 20120726/120724235844-e0c1229ee504b069a1480107bc332e7d (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 |