SOURCES SOUGHT
J -- Power Conditioning and Continuation Interfacing Equipment Maintenance
- Notice Date
- 6/2/2017
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA821717R5008
- Point of Contact
- Jesica L. Hunt, Phone: 8017776171, Julia A. Twitchell, Phone: 801-586-4693
- E-Mail Address
-
jesica.hunt@us.af.mil, julia.twitchell@us.af.mil
(jesica.hunt@us.af.mil, julia.twitchell@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE INFORMATION Agency /Office: Air Force Materiel Command Location: AFLCMC/HBZBD-Hill AFB OO-ALC Title: Power Conditioning and Continuation Interfacing Equipment (PCCIE) Maintenance Description(s): NOTICE: This is not a solicitation, but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. This notice DOES not commit the U.S. Government to provide compensation for information requested nor does it commit the U.S. Government to issue a solicitation and/or award a contract. This notice does not provide any direction nor does it change any contractual obligations to sources currently under contract with the U.S. Government. Program Details: The PCCIE office supports maintenance activities on U.S. Air Force Uninterruptable Power Supply (UPS) Systems worldwide. This support includes, but is not limited to emergency and preventative maintenance on rotary and static UPS systems, paralleling gear, switchgear, flywheels, batteries, remote monitoring equipment, and battery monitoring equipment, Electromagnetic Interference (EMI) filters, Power Distribution Unit(s) (PDU) and other ancillary equipment. The UPS systems may be single or three phase, in single or multi-module UPS systems configurations and are manufactured by various manufacturers. The government's UPS systems support and protect sensitive electronic mission critical equipment. The Contractor must abide by and comply with all current applicable international, state and local codes, regulations, standards, procedures, policies, publications, safety regulations/standards and manuals. Introduction: The purpose of this Sources Sought is to conduct market research and to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219, which have a corresponding Size standard of $20.5 million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran Owned, Hubzone, and Women-Owned small business concerns. The government requests that all interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners 2 This sources sought is part of the acquisition market research analysis and will be used to determine the basis for any competitive aspects of the acquisition. Instructions to Interested Sources: This Sources Sought synopsis is an invitation for all qualified sources to identify themselves to the U.S. Government as a potential offeror. All interested sources should submit a response to the U.S. Government Contracting Primary Point of Contact listed below. Please include a statement of interest and a response to the following RFI Questions. Any information provided to the U.S. Government in response to this synopsis is for planning purposes only and will not be used as a selection consideration factor in this or any other U.S. Government contract competition. Should the U.S. Government elect to pursue the subject requirement, an official Request for Proposal will be released at a later date, and will be announced via a pre-solicitation notice posted at least seven (7) days prior to RFP release. Please direct all questions related to this synopsis to the U.S. Government Primary Point of Contact at Jesica.hunt@us.af.mil All potential sources must describe their approach, experience, and capability regarding the following items in an unclassified response: 1. Company Information: Name: Cage Code: POC: Telephone #: Fax #: POC Email: Company Web Site: 2. Must maintain (a) various manufacturers UPS units size 3 - 1000 and higher kVA, (b) 50 Hz as well as 60 Hz, (c) single phase and/or three phase. To include but not limited to: OEM calibrations, OEM firmware and OEM software upgrades. Please explain how this will be accomplished. 3. Ability to maintain batteries, Automatic Transfer Switch, flywheels, battery monitoring systems, breakers, tie/paralleleing equipment and other UPS ancillary equipment (i.e. frequency converters, power conditioners, etc.) to OEM standards. 4. Ability to support and provide worldwide emergency/preventative maintenance. Please provide a complete listing with physical location of your headquarters, district offices, satellite offices, and dispatch centers worldwide. Worldwide support emphasis on Europe and Pacific Rim. 3 5. Various OEM's have UPS diagnostic tools proprietary to their equipment. Market research has determined that the various OEM diagnostic tools are necessary to fully perform an UPS service. Please demonstrate how you will incorporate the OEM service tools to perform the service desired. 6. Please provide a total number of OEM certified/licensed technicians within your company and outside your company that will work on the following equipment under this requirement: • Liebert (Veritiv) • Powerware • MGE • Toshiba • Mistubishi • APC • GE • Exide 7. Please describe, in detail, typical UPS and battery preventative maintenance service per OEM standards you currently offer including conditions and exclusions. 8. Please describe, in detail, ancillary maintenance you service per OEM standards you currently offer. Please explain your approach in meeting these OEM standards, to include, but not limited to: • Flywheels • Tie Equipment • Maintenance Bypass Panel (MBP) • Power Distribution Unit (PDU's) • Switchgear (Other) • Breakers • Battery Monitoring Equipment/Systems • Electromagnetic Interference (EMI) filters • Autodialer Systems 9. Regarding Emergency Response Time: Assuming initial "telephone triage" does not resolve the issue, please provide your typical response time with "boots on ground" for the following examples. • Industrial CONUS • Non Industrial CONUS • Pacific Rim Theater OCONUS • Europe Theater OCONUS 4 10. Currently, the Government intends to utilize NAICS code 811219. In accordance with the U.S. Small Business Administration, the size standard for this NAICS code is $20.5M. Would you be categorized as a small business under the NAICS code? Do you feel a different NAICS code is more appropriate? If so, please provide a recommended NAICS code. 11. In relation to cyber security, specific concerns are associated with the connection of laptops to the UPS systems. a. Please provide your strategy to mitigate the risk of a breach. b. In the event of a cyber security breach, please state your containment and resolution procedures. 12. Please provide a list of three customers (list government agencies or U.S. Air Force customer first) in which you have provided these type of services identified above to and specify the scope of work. Include the following details for each customer. Company # 1,2,3: System/Component (i.e. UPS, battery Ancillary Equipment, etc.) Year: POC Name and Telephone #: Scope of Work: Sample Breakout of Locations: In order to be determined capable, interested offerors must demonstrate the ability to provide all maintenance services identified to include CONUS, OCONUS, and remote locations. Please submit all supporting documentation to specifically address the ability to provide the required services to the Government Point of Contact at jesica.hunt@us.af.mil by no later than 4:30PM MDST 5 July 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821717R5008/listing.html)
- Record
- SN04530969-W 20170604/170602234707-aea601967e124385d30cb0e47a3eda77 (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 |