Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163

General 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