SOURCES SOUGHT
J -- UPS and PDU Maintenance
- Notice Date
- 8/3/2016
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Corona Division, NSWC Corona Division, P.O. Box 5000, Corona, California, 92878-5000, United States
- ZIP Code
- 92878-5000
- Solicitation Number
- N64267-16-T-0179
- Archive Date
- 9/1/2016
- Point of Contact
- Pedro Rivas, Phone: 9513934535, Marcella G Webber, Phone: 9512734454
- E-Mail Address
-
pedro.rivas@navy.mil, marcella.webber@navy.mil
(pedro.rivas@navy.mil, marcella.webber@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The government intends to award a sole-source, firm fixed priced contract to Liebert Systems. This procurement is commercial item IAW FAR Part 13. No solicitation will be issued but responsible sources may submit inquiries or request for information to pedro.rivas@navy.mil or by phone at 951-393-4535. THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE SOURCE UNDER THE AUTHORITY OF FAR 6.302-1 FOR THIS PROCURMENT ACTION. INTERESTED PARTIES MAY IDENTIFY THEIR INTEREST AND CAPABILITY TO RESPOND TO THE REQUIREMENT, OR SUBMIT CAPABILITY STATEMENTS. THIS NOTICE OF INTEREST IS NOT A REQUEST FOR COMPETITIVE QUOTES OR PROPOSALS. •1 I N T R O D UC T I O N Naval Surface Warfare Center, C oro n a Division (NSWC CO) h a s b een ta s k e d to a ss e ss, r e p air a n d s e r v ice t h e d ata ce n ter s ys t e m s f o r t h e M a r i n e C orp s I ns talla t i o n s i n t h e w e s t r e g i on (MCIWEST). T h is c o n t r act w i l l a ddr e s s t h e s e r v ices n ee d ed to maintain t h e Uninterrupted Power Source (UPS) and Power Distribution Unit (PDU) systems supporting the MCIWEST data center located at Marine Corps Base Camp Pendleton, Building 1164. The UPS and PDU systems supplies filtered electricity to the MCIWEST data center from the utility power grid during normal operations and supplies power from the emergency generator system during emergency operations. •2 B AC K G R O UND T h is Performance Work Statement (PWS) is r e f e r e n ced in t h e c o n t r act to d e s c r i b e c o n t r act o r' s c o mm it m e n t s f o r t h e m a i n t e n a n ce o f the g o v e r n m e n t - f u r n i s h ed UPS and PDU systems as pr e s c r i b ed b y F A R 45.5. T h e PW S r e p r e s e n ts t h e t o tal c o n t r act o r r e s po ns i b ilities un d er t h is F AR r e q u i r e m e n t a n d u n d er t h e te r m s o f t h is c on t r act. T h e g o v e rn m e n t ' s ob j ecti v e s a r e to m a i n ta i n the UPS and PDU systems us i n g b e s t c o mm e r cial pr actices at t h e l o w e s t po ss i b le c o s t. The government requires the c o n t r act to b e g in o n o r a ro un d 1 Jun 1 6 a n d c o n ti nu e f o r o n e y ear w i t h an op ti o n o f e x te n d i n g f o r four a dd iti o n a l y ea r s. •3 SC OP E O F W O RK T he c o nt r act o r shall be r es po nsi b le for m a i nta i n i ng a nd r e p ai r ing the UPS and PDU systems. T he c o nt r act o r shall p e r f o r m pr event i ve m a int e n a nce, and e m e r g e n c y r e p ai r s. Additionally the contractor will be responsible for 24/7 emergency service on a 4 hour turnaround time. The parts for emergency parts will be charged separately as needed. T he UPS's and PDU's a r e l o cated at M a r ine C orp s B ase C a m p P en d let o n, Building 1164. A g o ve r n m e nt e sc or t w i l l b e r e q ui r ed to access the UPS's and PDU's. T h e e n d p r od u ct f o r t h is PW S is a d etailed m a i n t e n a n c e list and schedule w ill b e e v a l u ated d u r i n g t h e s electi o n pro ce s s and will b ec o m e p a r t o f t h e f i n al c o n t r act. T h is m a i n t e n a n ce p l a n w ill b e u pd ated as r e q u i r e d, b u t at a m i n i m u m it w i ll be r e v i e w ed a n d u pd ated each cale n d ar y ea r. A n y i n te l lect u a l, r eal o r p e r s o nn el prop e r ty c r eated o r p ro c u r ed as a r e su lt o f t h i s PW S is t h e prop e r t y o f t h e g o v e r n m e n t. •4 APPLICABLE DIRECTIVES Fe d e r al Sta n d a rd s : T h e c o n t r act o r is r e q u i r ed to a d h e r e to all a pp lica b le s ta n d a rd s a n d gu i d eli n es. State of California Standards: T h e c o n t r act o r is r e q u i r ed to a d h e r e to all a pp lica b le s ta n d a rd s a n d gu i d eli n es. I n t h e a b s e n ce o f n a m ed s t a n d a rd s, De p a r t m e n t o f t h e N a v y ( D ON) s ta n d a rd s, a pp lica b le Fe d e r al I n f o r m ati o n P ro ce ss i n g Sta n d a rd s ( F I P S ), a n d bro a d ly acce p ted p r o f e ss i o n al s t a n d a rd s sh all pr e v a i l as r elated to t h e a ss o ciated i n du s t r ies w i t h i n t h e ta s k i d e n t i f ied i n Secti o n 5.0. D o c u m ent T y pe N o. /Ver s i o n T i t le D at e OPNAVINST 5300.23G Occupational Safety & Health Administration (OSHA) http://www.public.navy.mil/navsafecen/Documents/OSH/Safet yOfficer/5100.23G_CH-1_with_updated_links.pdf Dec 2005 OPNAVINST 5090.1D Navy Environmental Readiness Program Manual http://www.navsea.navy.mil/Portals/103/Documents/SUPSAL V/Environmental/OPNAVINST%205090-1D.pdf Jan 2014 Executive Order 13423 Strengthening Federal Environmental, Energy, and Transportation Management https://www.gpo.gov/fdsys/pkg/FR-2015-03-25/pdf/2015- 07016.pdf Jan 2007 D o D I ns t r u c t i o n 5000. 64 A cc o un ta b il it y a n d M a n a g e m e n t o f D o D - O W N E D Eq u i p m e n t a n d O t h er A cc o u n t a b le P r op e r t y. A t tac h m e n t (1 ) http://www.dtic.mil/whs/directives/corres/pdf/500064p.pdf N o v 20 0 6 S E C N AV M - 5510.30 De p a r t m e n t o f t h e N a v y P e r s o nn el Sec u r i t y P ro g r a m, h tt p :// do n i.d a p s.d la. m i l / s e c n a v m a n u al s. a s p x J un e 2006 S E C N AV M - 5510.36 De p a r t m e n t o f t h e N a v y I n f or m ati o n Sec u r i t y P ro g r a m h tt p :// do n i.d a p s.d la. m i l / s e c n a v m a n u al s. a s p x J un e 2006 •5 P E R FO R M ANCE R E Q U I R E M E N T S T h e c o n t r act o r sh all pro v i d e Liebert t r ai n ed tec hn i c ia n s for the UPS and PDU service in acc ord a n ce w ith t h e m a n u f act u r er's s u gg e s ted t r ai n i n g r e q u i r e m e n t s. The co n t r act o r sh a l l d i s po s e o f h a za rdo u s w a s te from performed services in acc ord a n ce w i t h Federal and State of California E P A r e g u lati on s. Contractor shall provide the following maintenance services to complete the following tasking: •5.1 EMERGENCY CALLBACK SERVICE The contractor shall be available for 24/7 emergency service based on a four (4) hour turnaround. The four (4) hour time window shall begin when the contractor is contacted and continue until the technician is on site at building 1164 in Camp Pendleton Marine Base. A gov't sponsor will be on hand to meet the technician and allow him (her) access to the facility. The contractor shall give a quick non-binding estimate of time and materials needed to repair the equipment on site at the time of the emergency service call. This will be followed up within three (3) days by a firm written estimate of materials needed, time necessary to complete the repair, and any equipment down time required to complete the repair. This will be delivered via email (See CDRL A001). Documentation of work performed and materials used will be provided to the government NLT than five (5) days after successful repair of the equipment (See CDRL A002). •5.2 PREVENTATIVE MAINTENANCE The contractor shall provide preventative maintenance services for the UPS and PDU systems. The contractor shall provide documentation of all preventive maintenance performed on the UPS and PDU systems upon work completion. Report shall be delivered to the government within five ( 5) days. (CDRL A003) •5.2.1 GENERAL SERVICE •5.2.1.1 The contractor shall n o te a n y r ec o mm e n d ati o n s f o r r e p ai r s t h at a r e n ee d ed and notify government of any corrective maintenance required. •5.2.2 Semi Annual UPS Service The contractor shall perform a semi-annual service of the UPS system to include at a minimum assessment of the following: •5.2.2.1 Perform temperature check on all breakers, connections and controls. Repair and / or report all high temperature areas. •5.2.2.2 Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables and major components. Check air filters for cleanliness and replace as required. •5.2.2.3 Check rectifier and inverter snubber boards for discoloration. •5.2.2.4 Check power capacitors for swelling and / or leaking oil. •5.2.2.5 Check DC capacitor vent caps that extruded more than an 1/8 of an inch. •5.2.2.6 Record all voltage and current meter readings module control cabinet or the system control cabinet. •5.2.2.7 Measure and record harmonic filter trap currents. •5.2.3 Annual UPS Service The contractor shall perform one (1) annual maintenance including the above plus the following: •5.2.3.1 Check all the inverter and rectifier snubbers for burned or broken wires. •5.2.3.2 Check all nuts, bolts, screws and connectors for tightness and heat discoloration. •5.2.3.3 Check fuses on DC capacitor deck for continuity (if applicable). •5.2.3.4 With customer approval, perform operational test of the system including unit transfer and battery discharge. •5.2.3.5 Calibrate and record all electronics to system specifications. •5.2.3.6 Install or perform Engineering Field Change Notices (FCN's) as necessary. •5.2.3.7 Measure and low- voltage power supply levels. •5.2.3.8 Measure and record phase to phase input voltages and currents. •5.2.3.9 Review system performance with customer to address any questions and to schedule any repairs. •5.2.4 Annual PDU maintenance to include all of the following: •5.2.4.1 Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables and major components. •5.2.4.2 Inspect all transformer, terminal block, and ground / neutral bus bar for tightness. •5.2.4.3 Inspect all input and output breakers for tightness. •5.2.4.4 Inspect high and low voltage junction box terminals for tightness. •5.2.4.5 Verify that all cooling fans are functional and air ducts are open. •5.2.4.6 Verify continuity of all fuses and that they are correctly rated. •5.2.4.7 Inspect all option wiring for tightness. •5.2.4.8 Inspect all capacitor bank connections for tightness. •5.2.4.9 Measure input and output phase voltage. •5.2.4.10 Measure the output, neutral and ground current. •5.2.4.11 Verify KVA load and capacity per phase. •5.2.4.12 Verify grounding electrode conductor and any isolated grounds. •5.2.4.13 Measure filter capacitor currents at no load for all three (3) phases (if applicable). •5.2.4.14 Measure primary, secondary, 2 nd harmonic, 3 rd harmonic (if applicable). All should be balanced within 2.5% •5.2.4.15 Verify EPO lamps are illuminated. •5.2.4.16 Check that the local and remote EPO's are functioning properly (if permitted). •5.2.4.17 Verify the monitor is recording +/- 2.5% of the values measured. •5.2.4.18 Activate the transformer over-temp alarm and shutdown circuits to confirm proper operation (if permitted). •5.2.4.19 Verify the operation of any option for alarm or shutdown sequence (if permitted). •5.2.4.20 Verify the operation of any customer alarm circuits and specified messages. •5.2.4.21 Verify the restart capabilities (manual or auto-restart). •5.2.4.22 Verify the operation of the bypass switch and the bypass transformer over temp alarm (if applicable). •5.3 CORRECTIVE MAINTENANCE The contractor shall provide corrective maintenance service for the UPS and PDU systems. When a condition is discovered requiring corrective maintenance, the contractor shall notify NSWC CO while on site during the inspection. The contractor shall give a quick non-binding estimate of time and materials needed to repair the equipment on site at the time of the emergency service call. This will be followed up within three (3) days by a firm written estimate of materials needed, time necessary to complete the repair, and any equipment down time required to complete the repair. This will be delivered via email (See CDRL A001). Documentation of work performed and materials used will provide to the government NLT than five (5) days after successful repair of the equipment (See CDRL A002). •5.4 EMERG ENCY REPAIRS The contractor shall provide e m e r g e n c y m a i n t e n a n ce repairs UPS and PDU systems, when a condition arises requiring immediate repair or service, in order for the systems to function as designed. T h e c o n t r ac t o r sh all coordinate and c o n d u ct w or k i n acc ord a n ce w i t h a r e q u e s t r ece i v ed f ro m NSWC C O Te c h n ical Point of Contact ( P O C). The contractor shall give a quick non-binding estimate of time and materials needed to repair the equipment on site at the time of the emergency service call. This will be followed up within three (3) days by a firm written estimate of materials needed, time necessary to complete the repair, and any equipment down time required to complete the repair. This will be delivered via email (See CDRL A001). Documentation of work performed and materials used will provide to the government NLT than five (5) days after successful repair of the equipment (See CDRL A002). •5.4.1 T h e c o n t r act o r sh all pro v i d e an e m e r g e n c y r e p air p h o n e nu m b er i n w h ich t h e g o v e rn m e n t can n o t i f y w h e n r e p airs a r e n ee d e d. T h e phone l i n e s h all b e a v aila b le to t h e go v e rn m e n t 24 / 7 / 365. The government will provide the contractor with access to spaces as necessary to gain access to the UPS and PDU systems for evaluation and assessment for repair. •6 D E L I V E RA BL ES •6.1 Ma i n t e n a n ce Schedule (MS) T h e c o n t r act o r is r e s po ns i b le f o r d e v el op i n g t h e MS. T h is p lan sh all i n c l u d e a list all OEM s c h e d u led m a i n t e n a n ce and tentative dates a n d f o r all m o n t h l y a nd y ea r l y t a s k s. Additionally, each maintenance item will be noted that requires shut down of any equipment. •a. MS sh all b e su b m itted to g o v e rn m e n t f o r r e v i e w a n d a pp r o v al pr i o r to c o n t r act a w a rd. •b. I f the g o v e r n m e n t d ete r m i n e s a dd iti o n al c h a n g es a r e r e q u i r ed to t h e MS, t h e c o n t r act o r sh a l l h a v e five ( 5) b us i n e s s d a y s to s u b m it c orr ected MS f o r f u r t h er r e v i e w. •c. A scheduled maintenance date can be changed withing two (2) weeks (10 working days) prior approval with no additional cost to the government. •d. The MS shall be submitted in Microsoft Excel format (See CDRL A004). •6.2 M ai n te n a n ce R e por t (M R ) T h e c o n t r act o r sh all pro v i d e t h e g o v e rn m e n t w i t h t h e MR u po n c o m p leti o n o f s c h e d u l ed m a i n t e n a n ce ta s ks, acc o rd i n g to t h e MS. •a. T h e c o n t r act o r sh all pro v i d e a d etailed M R w i t h i n five ( 5) b us i n e s s d a y s o f a n y m ai n te n a n ce o r r e p air. •b. M R s s h all b e s u b m i tted v ia e m ail i n Microsoft Word f or mat to P O C s i d e n t i f ied in Section 8 (See CDRL A003) •6.3 Corrective Maintenance R e por t (CM R ) T h e c o n t r act o r sh all pro v i d e t h e g o v e rn m e n t w i t h a n E RR u po n c o m p leti o n o f a n y e m e r g e n c y r e p ai r. •a. T h e c o n t r act o r sh all notify the government representative immediately upon discovery of a problem that needs immediate attention (This will place no undue burden upon the contractor; a government representative is required for all contractor access to the server room). •b. T h e c o n t r act o r sh all pro v i d e a d etailed E R R w i t h i n five ( 5) b us i n e s s d a y s a f ter su c h r e p ai r. •c. E R R s sh a ll b e su b m itted v ia e m ail i n Microsoft Word f or mat to P O C s i d e n t i f ied in Section 8. (See CDRL A002 ) •7 G O V E RN M E NT F UR N I S H E D P R OP E R T Y List of Equipment and Site Details Marine Corps Base Camp Pendleton, Building 1164: Main Server Mechanical Room Liebert UPS A - 750kVA 600T Single Module, 480v in and 480v out. MDL UDA63750A36AD50 Serial # C255682/LI-05157 Liebert UPS B - 750kVA 600T Single Module, 480v in and 480v out. MDL UDA63750A36AD50 Serial # UD255682/LI-05158 Marine Corps Base Camp Pendleton, Building 1164: Main Server Room •1) PDU A1 - Mdl # PPA150C - Serial# 560134-001 •2) PDU A2 - Mdl # PPA150C - Serial# 560134-002 •3) PDU A3 - Mdl # PPA150C - Serial# 560134-003 •4) PDU A4 - Mdl # PPA150C - Serial# 560134-004 •5) PDU A5 - Mdl # PPA150C - Serial# 560134-005 •6) PDU B1 - Mdl # PPA150C - Serial# 560134-006 •7) PDU B2 - Mdl # PPA150C - Serial# 560134-007 •8) PDU B3 - Mdl # PPA150C - Serial# 560134-008 •9) PDU B4 - Mdl # PPA150C - Serial# 560134-009 •10) PDU B5 - Mdl # PPA150C - Serial# 560134-010 Total Equipment is two (2) 750kVA UPS units and ten (10) PPA150C PDU units •8 P E R I O D O F P E R FO R M ANCE O R D E LI V E RY D A T E Base year c o n t r act to c o mm e n c e o n a w a r d d ate w i th a n op ti o n to e x te n d for four (4) a dd iti o n al y ea r s. M a i n t e n a n ce Sc h e d u le - Semi-Annual (S) / Annual (A) A1 s e r v ice - C o n t r act o r sh all p e r f o r m q u a r te r l y s e r v i ces w it h in 3 0 calendar d a y s o f c o n t r act a w a rd. S 1 s e r v ice - C o n t r act o r sh a l l p e r f or m semi-annual service at 180 d a y s ± 1 5 calendar d a y s of contract award. •9 P L ACE O F P E R FO R M A N C E T he gene r at o r is l o cated at M a r i ne C orp s B ase C a m p P en d let o n, Building 1164. C o nt r act o r access to the UPS and PDU systems w ill r e q ui r e a g o ve r n m e nt e sc or t. The DODAAC for Camp Pendleton is M00681. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/50a7a5d495b4ea917c8aaf0b6a94f267)
- Place of Performance
- Address: Camp Pendleton, California, United States
- Record
- SN04208402-W 20160805/160803235847-50a7a5d495b4ea917c8aaf0b6a94f267 (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 |