Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3, 2000 PSA #2698
SOLICITATIONS

61 -- UNINTERRUPTIBLE POWER SUPPLY (UPS)LIEBERT SERIES 300 SYSTEM OR EQUAL

Notice Date
September 29, 2000
Contracting Office
Department of Veterans Affairs (90C), VA Medical Center, Attn: Contracting Officer, Mountain Home, Tn 37684
ZIP Code
37684
Solicitation Number
RFQ 621-06-01
Response Due
October 13, 2000
Point of Contact
Charles McCarthy (423) 461-7986
E-Mail Address
UPS System (charles.mccarthy@med.va.gov)
Description
61 -- TITLE: UNINTERRUPTIBLE POWER SUPPLY LIEBERT SERIES 300 SYSTEM OR EQUAL SOL RFQ-621-06-01 DUE 10/13/00 POC Charles McCarthy, CO, (423)) 461-7986. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This procurement is conducted under simplified acquisition procedures in accordance with FAR Part 13. This announcement constitutes a formal Request for Quote (RFQ) and a written solicitation WILL NOT be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition 97-19. RFQ 621-06-01 should be referenced on all offers. The Standard Industrial Classification (SIC)/North American Industry Classification for this procurement is 3699/335999 respectively, small business size standard 500 employees. This procurement is a Total Small Business set-aside. The James H. Quillen VA Medical Center, Mountain Home, Tennessee has an emergent need for one complete 75kVA/60kW, Three Phase, Uninterruptible Power Supply System. The Required system shall be Brand Name or Equal to the 75kVA / 60kW Liebert Series 300 Three Phase Uninterruptible Power Supply, Model UDA63075C25DT04, with the following components, features and characteristics: AC input voltage 480V (three-phase, three-wire plus ground) AC bypass voltage 208V (three-phase, four-wire plus ground) AC output voltage 208V (three-phase, four-wire plus ground) Dual input, on-line reverse transfer configuration. Phase controlled rectifier/charger Transistorized pulse-width modulated (PWM) inverter. Automatic static transfer switch. Internal maintenance bypass switch. Single rotary control switch for unit operation. Microprocessor based monitoring and control panel with mimic bus. LCD display with Alarm History Database. Programmable battery load testing for added reliability. Input isolation transformer. Input filter with 10% THD at full output load. Contact isolator board. Option power supply. SNMP Interface for Ethernet network. Local E.P.O. with provision for remote E.P.O. Redundant cooling fans Casters and leveling feet. UL 1778 listed. Two (2) Liebert Battery Power Pack rated for 28 minutes at a 60kW load, model U25BP075HPJ1BNS, with the following features: Battery cabinet with circuit breaker to isolate the battery during maintenance. Valve regulated lead acid battery cells in flame retardant cases The battery is to be provided with a 1 Full & 4 Pro-rata warranty. Battery terminal kits are to be supplied on 1 of 2 battery packs. Liebert Maintenance Bypass Cabinet, model MB2AA075C25P, with the following features: Single rotary handle switch interlocked for "make-before-break" transfer of the load, bypass transformer and output circuit breaker. Shipped separately and mounted to the right side of the UPS during installation. Casters and leveling feet. Field installed module options including the following: Remote Status Panel for remote audible and visual signaling of status and alarm conditions including remote contact board and power supply. Start-up Services, including the following: Startup scheduled at the customers designated time. The following provisions apply to this solicitation: 52.212-4 Contract Terms and Conditions-Commercial Items, the following apply by addendum: 52.204-6 Contractor Identification Number-Date Universal Number System (DUNS) Number, 852.270-4 Commercial Advertising, 52.232-33 Mandatory Information for Electronic Funds Transfer Payment, 852.270-1 Representatives of Contracting Officer. 52.212-5 Contract Terms and Conditions required to Implement statutes for Executive Orders-Commercial Items, the following apply by addendum: 52.222-3 Convict Labor, 52.233-3 Protest After Award, 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Special Disabled Veteran and Vietnam Era Veterans, 52.222-36 Affirmative Action for Handicapped workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.212-2 Evaluation-Commercial Items, the following factors shall be used to evaluate offers: Past Performance and Price. Offerors responding to this announcement shall submit a cost proposal and Award will be made on the basis of the lowest evaluated price of proposal meeting or exceeding the acceptability standards for non-cost factors. System shall be 100% Y2K compliant. Prices quoted shall include all shipping and handling charges FOB Destination. Offerors shall provide a minimum of three references. All three references listed must have purchased similar equipment within the last 3 years. At a minimum the references shall include Name of the Organization, Point of Contact, and Point of Contract Phone Number. The government intends to evaluate offers and award without discussions. However, the government reserves the right to conduct discussions later if determined necessary by the Contracting officer. 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors must complete and return all information designated in 52.212-1 (b) Instructions to Offerors-Commercial Items. The full text of these clauses may be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://www.gov/oa&mm/vaar/. SIC Code: 3699/NAICS 335999 applies. All responses must be in writing. Offers to provide other than the Liebert 300 Series System shall include manufacturer's name, model numbers and descriptive literature. Offers that do not provide sufficient documentation to establish a bonafide capability to fulfill the requirements will be reject. All proposals should be submitted to Contracting Officer (90C), James H. Quillen VA Medical Center, Building 8 Room 313, Mountain Home, TN 37684 or faxed to Contracting Officer (90C) at (423) 461-7959. E-mail: charles.mccarthy@med.va.gov.
Web Link
RFQ 621-06-01 (cbdnet.access.gpo.gov/cgi-bin/cbdpwd.cgi)
Record
Loren Data Corp. 20001003/61SOL001.HTM (W-273 SN502495)

61 - Electric Wire and Power and Distribution Equipment Index  |  Issue Index |
Created on September 29, 2000 by Loren Data Corp. -- info@ld.com