SOURCES SOUGHT
59 -- Uninterruptible Power Supply
- Notice Date
- 12/22/2014
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- SAQMMA15I0013
- Archive Date
- 2/13/2015
- Point of Contact
- Patrick T. Dermidoff, Phone: 703-875-4679
- E-Mail Address
-
dermidoffpt@state.gov
(dermidoffpt@state.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought - Uninterruptible Power Supply 1.0 Purpose This is a Request for Information (RFI) as outlined in FAR 15.201(c) (7). The purpose of this RFI is to accomplish market research regarding technical security equipment and systems pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein. The Government is requesting information regarding the availability and feasibility of attracting new equipment providers to support the requirements of the U.S. Department of State Bureau of Diplomatic Security (DS), Office of Security Technology (ST), as described in this RFI. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a commitment on the part of the Government to conduct a solicitation for the below-listed services in the future. Responders are advised that the Government will not pay for information submitted in response to this RFI, nor will it compensate responders for any costs incurred in the development/furnishing of a response. The Department of State operates over 270 facilities worldwide. Uninterruptible power supply (UPS) systems are used at these facilities to provide reliable power for security and safety systems. This RFI solicits industry input on available single-phase and three-phase commercial-off-the-shelf (COTS) UPS systems that are compatible with non-US electrical grids. The UPS systems of interest range in capacity from 3 kVA to 30 kVA and have a minimum full load run time of 15 minutes. Various statuses and alarms are also required, along with the capability to safely remove, repair, and reinstall the system without disrupting power to the security and safety systems. Interest is also expressed in 3 to 30 kVA COTS UPS systems with extended run times of one hour at full load. These systems should utilize non-proprietary, standard replacement batteries that are available in most regions of the world. UPS requirements are discussed in more detail in Section 4.0: Requirements. Please note that a decision not to submit a response to this RFI will not preclude a vendor from participating in any future solicitation. 2.0 Background DS is the law enforcement and security arm of the U.S. Department of State. DS is responsible for providing a safe and secure environment for the conduct of U.S. foreign policy. All Foreign Service posts (embassies, consulates-general, consulates, et al.) operate with technical and physical security programs designed and maintained by DS. In general terms, DS is responsible for direct, recurring support for physical and technical security programs at some 270 overseas Foreign Service posts. ST has the key role in ensuring that overseas technical and physical security systems are installed, maintained, repaired, upgraded, and monitored. In support of these responsibilities, DS utilizes uninterruptible power supply (UPS) systems to provide constant, clean, stable, and reliable power for security and safety systems. DS, specifically the Technology Development Branch (TDB), evaluates new technology for ST. TDB is seeking COTS products for this application. While potential vendors may suggest an item that is a modification of an existing product, the requirement of any future procurement will be a COTS product that is available for sale to the U.S. Government or a U.S. Government contractor or sub-contractor, in single-piece quantities. 3.0Prerequisites At this time, there is no requirement for a facility security clearance or cleared staff under the National Industrial Security Program (NISP). However, if a respondent participates in the NISP and has facility and personnel clearances, that information should be provided in the response. The company must have a robust technical support group to support user, installation and repair documentation; technical and software updates/revisions; and training, as may be needed by the U.S. Government. 4.0 Requirements 4.1 General Requirements DS is interested in exploring single-phase and three-phase UPS solutions that can be installed inside electrical rooms. These units must fit through a standard 36-inch doorway. 4.2 Power The UPS system should: i.Have single-phase input/output power for single-phase units, and have three-phase input/output power for three-phase units. ii.Accept worldwide input voltages (such as 100V, 120V, 220V, 230V and 240V for single-phase units, and 208V/120V, 240V/120V, 380V/208V, 400V/220V and 415V/240V input voltage for three-phase units). a.DS will accept either a single model rated for all input voltages, or multiple models that are each designed for a specific voltage. b.Nominal output voltage shall be equal to the nominal input voltage. iii.Accept 50 Hz and/or 60 Hz. a.DS will accept either a single model rated for all input frequencies, or multiple models that are each designed for a specific frequency. b.Nominal output frequency shall be equal to the nominal input frequency. iv.Have scalable models that nominally range from 3 kVA up to at least 15 kVA for single-phase units, and up to 30 kVA for three-phase units. DS recognizes that UPS sizing varies from manufacturer to manufacturer. 4.3 Operation The UPS system will require the following operating characteristics: i.An external make-before-break (MBB) bypass/transfer switch. a.The bypass/transfer switch should be rated for the applied voltages, currents, and AC configuration. ii.The UPS backup time should be scalable, as follows: a.Base System: 15 minutes (minimum) at full load at 25C/77F. b.Extended Runtime System: 60 minutes (minimum) at full load at 25C/77F. iii.Uses a long-life battery technology that requires minimal maintenance iv.Uses COTS components, which can be individually replaced. v.Is compatible with grounded neutral as well as floating neutral power sources; an isolation transformer may be used. 4.4 Modes of Operation i.Normal: Provides output power to the load for all line and load conditions within the specified range of operation. ii.Backup: When input power falls outside the specified range of operation, the UPS continues to provide output power to the load, deriving energy from the backup system, with no detectable interruption in power to the load. When input power is restored, there will be no detectable interruption in power to the load. iii.Bypass Modes: a.Automatic/Static Bypass: In the event of a load fault or internal UPS failure, the UPS performs an automatic transfer from the inverter to the input/bypass power source. There is no detectable interruption in power to the load during these transfer events. b.External Maintenance Bypass: An external bypass switch designed to work with the UPS is needed to allow for manual control of the system's power flow. The bypass switch shall offer at least three modes of operation: LINE, UPS, and SERVICE. The external maintenance bypass switch allows for the safe and complete removal and replacement of the UPS unit, without loss of power to the load. ModeDescription LINELoad is connected directly to input power and disconnected from UPS output. UPSLoad is connected directly to UPS output and disconnected from input power. SERVICELoad is connected directly to input power and disconnected from UPS output. UPS is disconnected from input power. UPS maintenance or repair can be performed in this mode. c.The modes may have names that differ from those listed, but they should provide the functions described. There should be no detectable interruption in power to the load during these transfer events. The bypass switch should be available for purchase either as a package with the UPS or as a separately orderable item. 4.5 Statuses and Alarms i.A built-in health monitoring system is needed to provide system status and alarms. Required items are: a.Input/output voltage, frequency, current b.Output power c.Overload alarm d.Backup time e.Low runtime alarm f.Utility power failure alarm g.Peak measured load (or peak-hold measurement) h.UPS on battery power i.Battery voltage, current, time remaining j.System test failure ii.The UPS should allow network communication via standard RJ45 connection using an internal or external network/Ethernet adaptor. iii.The UPS's network adaptor should allow one or more network management systems (NMSs) to monitor and manage the UPS in TCP/IP network environments. 5.0 Instructions 5.1 Responses Responses must be limited to 10 letter-size pages or less, in Microsoft Word or Portable Document format (PDF), using Times New Roman 12-point font. Include your company Data Universal Numbering System (DUNS) number, CAGE code (if applicable), company point of contact (POC) and socioeconomic status under North American Industry Classification System (NAICS) code, Product Services Code (PSC), and any other relevant/appropriate data. 5.2 Formatting The responses should be in the following format/order: •General Business Information: Provide general information about your business, to include the information contained in Section 5.1, as well as any National Industrial Security Program clearance information. •Requirements: Address the requirements contained in Section 4.0; weight and detail paragraphs and bullets, as appropriate. •Experience: Provide experience, capabilities, contracts, and customer information, as appropriate. •Points of Contact: List one or more points of contact for your company. •Summary: Provide brief concluding remarks, as appropriate. 5.3 Restrictions on Response The Government will not entertain telephone calls or questions for this RFI. 5.4 How to Respond Please submit your response no later than January 29th, 2015, 10:00 AM Eastern Time, with electronic copies sent to the following points of contact: •Patrick Dermidoff: Contracting Officer: Dermidoffpt@state.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA15I0013/listing.html)
- Place of Performance
- Address: Rosslyn, Arlington, Virginia, 22209, United States
- Zip Code: 22209
- Zip Code: 22209
- Record
- SN03602752-W 20141224/141222234650-e38f9177b0e5d72f1682d88037b76306 (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 |