SOLICITATION NOTICE
N -- UPS Upgrade Bldg 4
- Notice Date
- 1/3/2025 9:47:11 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 33591
—
- Contracting Office
- BASE SEATTLE(00033) SEATTLE WA 98134 USA
- ZIP Code
- 98134
- Solicitation Number
- SPS-USCG-250003
- Response Due
- 1/10/2025 1:00:00 PM
- Archive Date
- 01/25/2025
- Point of Contact
- Elizabeth Meister, Phone: 2062176145
- E-Mail Address
-
elizabeth.a.meister@uscg.mil
(elizabeth.a.meister@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- UPDATE: We will be hosting a Site Visit on Jan 8th at 1000 at 1519 Alaskan Way S. Seattle, WA 98134, BLDG 4. All visitors will need to comply with with the Base Restrictions outline in the SOW. State ID needs to be current. Reach out to KO: Elizabeth Meister via email elizabeth.a.meister@uscg.mil to confirm your intent to attend Site Visit prior to arrival. The Solication closing date has been moved to Jan 10th at 1300 PST to accomodate this update. DESCRIPTION OF SERVICES: The Contractor shall provide all personnel, management, supervision, materials, tools, supplies, equipment, transportation, labor, and other items and services necessary to replace the Uninterruptible Power Supply (UPS) system in Building 4 room #135, and replace the batteries, fans, capacitors, and IGBT drivers for the UPS system located in Building #4 room #339, at Base Seattle. The contractor must perform to the standards in this contract. All work shall comply with all applicable codes, along with Federal, State and local regulations. This notice is a combined synopsis/solicitation for a commercial products and commercial services in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a public solicitation. Please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a Small Business Set-Aside only. HOW TO RESPOND: To compete for this project, interested parties must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an �ACTIVE� status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service. COST PROPOSALS: The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 provide Firm Fixed-Price �broken out by labor hours, labor category, materials, and other direct costs�. Offerors must submit the proposal to Elizabeth Meister e-mail: elizabeth.a.meister@uscg.mil. EVALUATION CRITERIA: The government will award a contract resulting from this request for quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest price Technically Acceptable (LPTA) quote. The lowest priced quote will be evaluated on technical acceptability, if it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified. Description of Work Required: Room #135 Contractor shall remove and dispose of existing UPS system located in Building 4 room #135, and supply and install a new UPS system with new lithium-ion batteries. Contractor to replace system with Brand Name or approved equal. Existing UPS Manufacturer and Model- Vertiv Liebert NPower 100 kVA 480 Volt 3-phase. Incoming voltage to UPS is 480V. After UPS, voltage steps down to 208V. It is estimated that the capacity of the existing UPS system in room #135 is too large. Contractor is to determine load and capacity on current UPS system and present a UPS system design including parts and materials to the KO for approval prior to purchase and installation. Suggested UPS Systems: Manufacturer: Vertiv Liebert EXM 480V Manufacturer: Eaton 93PM 480V Manufacturer: Schneider Electric Galaxy VS 480V New UPS is to be sized to existing load capacity plus 25% increase for future expansion. New UPS must fit within dimensions of existing room. New UPS system is to supply power to connected equipment for a runtime of 60 minutes. UPS Battery Type: Lithium Ion UPS Flame retardant case and cover meet UL 1778 standards. UPS system complies with the most recent version of following standards: UL1778, UL924, UL1989 and UL94 V-2, BS 6290-4, IEC-60896-2 as well as standards referenced in Section 4, and all relevant Federal, State, and local standards and codes. Room #339 Contractor shall remove existing parts, and supply and install new parts listed below for UPS System located in Building 4 room #339. New parts to be Brand Name, Like-in-kind, or approved equal. UPS Manufacturer and Model- Vertiv Liebert NPower 100 kVA Serial #37-6101 Replace thirty (30) Capacitors: 90uF, 370VAC. Replace six (12) Capacitors: 46uF, 580VAC. Replace twelve (12) Capacitors: 7,900uF, 350VDC. Replace three (3) Capacitors: 490,000uF, 35VDC. Replace twelve (12) Axial Fans: 115VAC, 235cfm, Sensing. Replace three (3) IGBT driver boards. Replace forty (40) batteries. See Section 3.1.3 for battery specifications. UPS Battery specifications: Battery Type: Valve-Regulated Lead Acid (VRLA) Voltage: 12 volt Amp Hour: 93.2 AH at the 20 hour rate Watts per Cell: 350 at 15 minute rate to 1.67 VPC Terminal Type: Threaded Receptacle Normal operating temperature range Discharge -40oF to 160 oF Charge -10oF to 140 oF Float charging voltage 13.65 � 0.15 VDC average per 12V unit (6.75 to 6.90 per 6V unit) Contractor shall remove existing batteries, capacitors, axial fans, driver boards, then clean UPS system before replacing with new parts. All materials and parts supplied by the contractor in this SOW shall be new, are fully compatible with the entire UPS system, and comply with the UPS manufacturer�s specifications and installation standards. All materials and parts shall be approved by the KO prior to installation. Contractor shall mark all circuits, conduits, utility boxes and panels then and inspect all work to ensure work is done correctly and both UPS systems are properly working. Conduct functional alarm test. Check the UPS functionality, LED display, and alarm messages. Conduct UPS Burn-in test to verify that the UPS systems can operate at the rated load under ambient room temperature conditions. The procedure here is to load the UPS to rated load and operate it from 8 hours to 24 hours, depending on contractual requirements. Conduct UPS Start and Stop Test demonstrates correct operation when the UPS is switched on and off with full load. Conduct UPS full load battery discharge test for a minimum of 15 minutes. Conduct loss and return of main test. Conduct load transfer test. Conduct combined testing if applicable. Conduct test and verify that UPS system will provide service to connected equipment for 60 minutes. If other parts of the UPS system not specified in this Statement of Work malfunction or become defective during replacement and testing, contractor is to promptly notify the KO to determine best course of action. Any item or service not covered in the scope of the contract will need to be authorized by the KO prior to purchase or performance of work. Submit quotes to the following e-mail address by the offer due date and time: Attn: Elizabeth Meister E-Mail Address: Elizabeth.a.meister@uscg.mil with solicitation RFQ number SPS-USCG-250003 in subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ac51073697924ee29338f8ce07e56408/view)
- Place of Performance
- Address: WA 98134, USA
- Zip Code: 98134
- Country: USA
- Zip Code: 98134
- Record
- SN07304738-F 20250105/250103230114 (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 |