SOLICITATION NOTICE
N -- UPS Upgrade Bldg 4
- Notice Date
- 2/4/2025 12:09:54 PM
- 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
- 2/10/2025 1:00:00 PM
- Archive Date
- 02/25/2025
- 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 1 to questions answered: The GAO states the following when BAA applies: �(1) the procurement must be intended for public use within the United States; and (2) the items to be procured or the materials from which they are manufactured must be present in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. The provisions of the act may be waived if the head of the procuring agency determines the act to be inconsistent with the public interest or the cost of acquiring the domestic product is unreasonable.� If these do not apply to our case, then we can go open market. 2. We will use the existing transformers unless they determine there is a need to have the supply power to the unit stepped down. 3. We will support any day of the week. Also, we would like to have a week, or 2 weeks� notice prior to any requested shutdowns. UPDATED!! 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 a total of two (2) Uninterruptible Power Supply (UPS) systems in Building 4 room #135 and 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: Contractor shall replace two (2) UPS Systems. Contractor to remove and dispose of existing UPS system located in Building 4 room #135, and UPS system in Room #339, and supply and install new UPS systems with new lithium-ion batteries. Contractor to replace system with Brand Name or approved equal. Existing UPS Manufacturer and Model for both systems- 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 each room is too large. Contractor is to present a UPS system design 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 Existing load on UPS System in room #135 is 21% and room #339 is approximately 26%. 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, 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. 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. 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/7383f45df8594264848af959262bcd7c/view)
- Place of Performance
- Address: WA 98134, USA
- Zip Code: 98134
- Country: USA
- Zip Code: 98134
- Record
- SN07331870-F 20250206/250204230030 (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 |