|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163General Services Administration, Federal Technology Service, Office of
Information Security, (TIB) Acquisitions, 7th & D Sts., SW, Room 5060,
Washington, DC 20407 61 -- PHOTOVOLTAIC POWER SYSTEM, PHOTOVOLTAIC, POWER SYSTEM, SOLAR
POWER BATTERY CHARGING SYSTEM SOL TIBA98016 DUE 082698 POC Howard B.
Parker, Contracting Officer, (202) 401-7139 E-MAIL: Office of
Information Security, Howard.Parker@gsa.gov. The General Services
Administration (GSA), Federal Technology Service (FTS), Office of
Information Security (OIS), intends to procure commercially available
photovoltaic equipment to include design, engineeing, fabrication,
testing, construction, and installation (turn-key fully operational
from commercial available sources and mateials. This is a combined
synopsis and solicitation and prepared in accordance with the format
prescribed in Federal Acquisition Requlation FAR 12.6, as supplemented
with additional information included in this notice. The provisions of
FAR 52.121-1, Instructions to Offerors -- Commercial Items (JUN 1977)
applies to this solicitation. This announcement constitutes the only
solicitation; proposals are being requested and a written solicitation
will not be issued. This notice is GSA, FTS, OIS Solicitation Number
TIBA98016 and is a Request for Proposal (RFP), commercial items. The
solicitation and incorporated provisions and clauses are those in
effect through Federal Acquisition Circular 97-05. This solicitation is
being conducted as a Small Business Set-aside. This solicitation is
open to all small business technically qualified responsible offerors
who submit a proposal by the due date and time. Quote price and price
extensions, terms for the required unique configuration of commercially
available photovoltaic systems components on a turn-key
fully-operational basis in-place at the destination site in your
response to this CBD notice. No further solicitation will be issued.
One system is required. It is defined generally as consisting of: Line
Item 0001 photovoltaic system design and engineering. Line Item 0002
-- Solar Panels, Batteries, Controllers, and Hardware as required. Line
Item 0003 Shipping/delivery (quote as a priced line item to be billed
on same invoice with other line items). Line Item 0004 Construction and
installation, Line item 005 testing, of system at specified site.
Progress payments will be considered if offer includes any terms for
such, however, thesewill be based upon reasonable milestones for work
completion for work-in-progress as offer defines such major milestones.
A firm fixed price contract is anticipated for this requirement. The
perod of performance anticipated is from date of contract award through
December 31, 1998 or if mutually agreed sooner when defined prior to
award. Description of required photovoltaic system characteristics
(work statement): 1. Delivery and installation of system -- Marine
Corps Base, Camp Pendleton, Buffalo Bump near Case Springs. Latitude
N33.25.700 and Longitude 117.22.950 (Location to be verified by
Government project manager at installation site with contractor prior
to systems placement). 2. Scope of work -- The objective of this scope
of work is to provide and install 192, 2-volt DC batteries, 192
photovoltaic panels, an adjustable base surface support system for
mounting the photovoltaic panels, a photovoltaic charge controller, and
system configuration such that the PC array, batteries and loads are
interconnected in accordance with the National Electric Code and
intended usage at site of completion. 3. Design -- The batteries shall
be Industrial Battery Engineering model 85N17 (836 amp hour) or
equivalent. Each battery shall be provided with hydrocaps, steel cases
with handles, flag terminals both positive and negative and 12-14 inch
pigtails for installtion. The batteris will be installed inside a
portable shelter (provided by the Government). The batteries will be in
eight banks of 24 each. Each bank of 24 will be connected in series to
provide 48 Volts DC. Four banks of batteries will be on each side of
the container (side A & B). Each bank of 24 will have a 100 amp.
disconnect. There will be a 400 amp. disconnect for each side (A&B).
The shelter containing the batterieis shall be located as close as
practical to the solar panel structure to minimize wiring requirements
and losses. The photovoltaic panels shall be Solarex model MSX-64 or
equivalent. The panels shall be installed to meet the 48 Volts DC
requirements of the battery installation. The pannels shall be
configured and tested prior to installation at the site. The
photovoltain panel support structure shall be installed for optimum
performance in the Norther hemisphere, in an unshaded location at the
tilt angel specified under system configuration. If a compass is used
for orienting the structure correction should be made if magnetic
declination is over 5 degrees. The structure shall be adequately
anchored to resist wind forces. Mounting arrangements, fasteners,
connection methods and weight of the footing must be sufficient to
resist 100 mPH wind speed over full projected array area of 192 panels.
The photovoltaic charge controller shall be a Digital Solar
Technologies MPR-9400 or equivalent. Voltage rating of 48 Volts DC, 200
amperes of PV current. This model controller is ideal for the intended
use due to its integrated design and 12 standard channels for
customization and for future expansion of the system. A design review
meeting shall be held as necessary between the contractor and the EMS
representative during any portion of this project. The contractor shall
provide all drawings, illustration and or other descriptive literature
that clearly and completely describes how the product being offered
meet the design specifications required by the Government. The
Government is responsible for transporting all batteries, solar panels,
panel structure, and other materials, as required, to the work site
(Buffalo Bump). The Government will allow the contractor to store
equipment in the lot adjacent to building 2611. All warranties will
start upon systems acceptance by the Government, after all operating
paramaters have been verified by the Government. Environmental security
approval and any permits as required by local and state regulatory
agencies are the responsibility of the contractor. A site survey of
Buffalo Bump shall be done by the contractor. The Government can assist
with transportation to the site. Time frame for completion of the
project is 90-days from date of award of contract. Upon completion of
the design and installation of the batteries, solar panels, panel
structure, and charge controller; the system shall accommodate 48 Volt
DC to operate and support communications equipment. An acceptance test
is:(1) The Government will have 30 days to test all portions of this
project. If there are any equipment malfunctions or if proper operation
within equipment specification ranges occurs anytime during this
period, the clock goes back to day one until the system has been
running for 30 consecutive days. The warranty provisions provided will
start upon completion of the successful 30 day acceptance period. The
contractor shall provide a five year limited warranty on all
batteries, charge controller, solar panels, and panel structure. For
the first year a full warranty for all parts and labor shall be
provided. The contract technical point of contact will be determined
with the award. Evaluation of offers will be conducted in accordance
with FAR 52.212-2 Evaluation -- Commercial Items (OCT 1995). Evaluation
Factors: 1. Technical Factor -- Conformance to technical description.
Any deviations and exceptions to description must be explained and
justified. 2. Past Performance Factor. Contractor photovoltaic system
delivery and consistency shall be evaluated. Provide information on
most recent prior government contracts for photovoltaic system delivery
of any similar magnitude, to include up to three acquiring agencies and
dates within the last 24-months. Include POC and phone numbers for
provided reference(s). 3. Delivery of Performance Factor. State all
terms and conditions for performance of the project in your offer. 4.
Quality Factor. State information which attests to the quality,
consistency, and conformity of your product tendered on this offer. 5.
Price Factor. As scores become closer, price reasonableness becomes
more important, however, the Government reserves the right to award to
the lowest priced offeror.ll factors are of equal weight. Any other
stipulations, deviations, and exceptions made or taken by offeror shall
be fully explained and justified. Offeror shall include a completed
copy of FAR 52-212-3 Offeror Representations and Certifications --
Commercial Items (JAN 1997) to be considered fully for award in
addition to all else. Clause 52.212-4 Contract Terms and Conditions --
Commercial Items (MAY 1997) applies to this solicitation re contract
assignments, disputes, payment, invoice, other compliances, and
compliances with laws unique to Government contracts. Clause 52.215-5
Contract Terms and Conditions Required to Implement Statues of
Executive Orders -- Commercial Items (AUG 1996) with the following
clauses; 52.219-8 Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns, (15 U.S.C. 637(d)(2) and (3), 52.225-3
Buy American Act -- Supplies), (41 U.S.C. 10) and 52.239-1 Privacy or
Security Safeguards (5 U.S.C. 552a). All proposals are due by mail or
facsimile No Later Than Close of Business, 5:00 PM, 5:00 PM, Tuesday
August 25, 1998. For information regarding this solicitation, contact
Howard B. Parker, (202) 401-7139, fax No. (202) 708-7027. Posted
08/18/98 (D-SN238683). (0230) Loren Data Corp. http://www.ld.com (SYN# 0342 19980820\61-0004.SOL)
61 - Electric Wire and Power and Distribution Equipment Index Page
|
|