Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2024 SAM #8318
SOLICITATION NOTICE

J -- 673CS R1 NORTH UPS

Notice Date
9/3/2024 4:24:56 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
FA5000 673 CONS LGC JBER AK 99506-2501 USA
 
ZIP Code
99506-2501
 
Solicitation Number
FA500024Q0055
 
Response Due
9/6/2024 3:00:00 PM
 
Archive Date
09/21/2024
 
Point of Contact
Robert Briggs, Phone: 9075523969, Doung Tan Nguyen, Phone: 9075525446
 
E-Mail Address
robert.briggs.13@us.af.mil, doung_tan.nguyen@us.af.mil
(robert.briggs.13@us.af.mil, doung_tan.nguyen@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
03 Sep 2024- Added Q&A for vendors to ba able to complete their quotes 20 Aug 24 - Added a wiring diagram and investigation report with battery information The Government intends to Replace end-of-life batteries supporting R1 North ALMR site. R1 North provides line of sight communications capabilities to DOD and state agencies supporting JBER and Anchorage. Services supported include emergency services, base security, range control and base operations. Currently if power is lost services provided could be interrupted and equipment damaged. The government intends to establish a firm-fixed price contract for the following: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to repair and provide one time service of onsite Eltek Uninterruptible Power Supply (UPS). These services shall include any equipment, wiring, or infrastructure to ensure the Contractor's proposed solution is compatible with the Government's current infrastructure without additional Government expense. The Contractor shall follow all Federal Communications Commission (FCC), Public Utility Commission (PUC), Department of Defense (DoD), AF, and industry standards for this requirement. 1.2 SPECIFIC REQUIREMENTS: Listed below is a synopsis, please see PWS for full requirements 1. New Batteries a. Remove and dispose of current batteries per EPA standards. b. Provide and install 48 sealed VRLA batteries, utilizing proper torque values (where applicable). 2. Visually inspect conditions and appearance of the following: a. Connection terminals inter cell/battery connectors, cables and associated hardware. b. Cell/battery covers, containers, and post seals. c. Battery racks or cabinets and associated components and hardware. d. Cell/battery jar or cover, noting any excessive distortion. 3. Perform cleaning of all accessible surfaces as required. 4. Conduct the following Inspections: a. Inspect all printed circuit board connections for cleanliness, swab contacts if necessary. b. Inspect all power connections for signs of overheating c. Inspect all subassemblies, bridges and legs for signs of component defects or stress d. Inspect all DC capacitors for signs of leakage e. Inspect all AC capacitors for signs of leakage f. Inspect and inventory all customer-owned spare parts g. Inspect for, and perform as required, any open engineering changes 5. Reporting of Battery Update Visit: a. The technician(s) will issue the customer a report summarizing the work that was performed, condition of the battery and identifying any critical issues before leaving the customer's site. 6. A Field Activity Report containing observations, conditions, and recommendations will be sent to the customer within 5 business days. The field report shall consist of both manufacture and actual parameters for the following areas plus actual service performed: a. Internal Operating Parameters i. DC Ground Detection Offset (if applicable) ii. Inverter leg current average balance (if applicable) iii. Output filter current average phase balance iv. Rectifier bridge current average leg balance v. AC Protection settings are checked vi. DC Protection settings are checked vii. Input and Output Frequency and Voltage Bandwidth settings are checked viii. Verify DC filter capacitance ix. Verify AC tank and trap filter capacitance x. Power Supply voltages and waveforms xi. Update UPS firmware as necessary b. External Operating Parameters i. System Input Voltages (all phases) ii. System Input Currents (all phases) iii. DC Charging Voltages (float and equalize), record settings, adjust to nominal iv. Rectifier phase on and walk up Scope of Work v. Inverter phase on and walk up vi. Adjust all panel meters to measured values vii. System Bypass Voltages (all phases) viii. Manual and UV Transfer Testing, verify uninterrupted transfer waveform (if applicable) c. Outage simulation, and battery capability testing, and verify charger current limit. Environmental Parameters i. UPS area ambient temperature and condition of ventilating equipment ii. General Cleanliness of UPS Power Module iii. General Cleanliness of UPS area iv. Replace air filters as applicable and necessary (parts if required are included at no charge under service agreements with full parts coverage, otherwise billable) v. Clean outside of UPS including control panel/CRT screen
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bcf58674298143ef9a00bf6d3a228622/view)
 
Place of Performance
Address: JBER, AK 99505, USA
Zip Code: 99505
Country: USA
 
Record
SN07195308-F 20240905/240903230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.