Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2010 FBO #3052
SOLICITATION NOTICE

66 -- The National Institute of Standards and Technology is seeking to purchase a UPS Maintenance and Service Agreement.

Notice Date
4/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0144
 
Point of Contact
Janet M. Lamb, Phone: 3019756205, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
janet.lamb@nist.gov, todd.hill@nist.gov
(janet.lamb@nist.gov, todd.hill@nist.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIALITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This solicitation is being issued using Simplified Acquisition Procedures under the authority of 13.5 Test Program for Certain Commercial Items. This solicitation is being issued using Simplified Acquisition Procedures. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39, Effective 19 Mar 2010 and class deviation 2009-O0009. The associated North American Industrial Classification System (NAICS) code for this procurement is 334419 with a small business size standard of 500 employees. This acquisition is 100% set-aside for Small Business. The National Institute of Standards and Technology is seeking to purchase a UPS Maintenance and Service Agreement. All interested Contractors shall provide a quote for the following: LINE ITEM 0001: Quantity Twelve (12 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0002: Quantity Two (2 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Building 227). LINE ITEM 0003: Quantity Two Hundred and Eight (208 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0004: Quantity Forty (40 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Building 227). LINE ITEM 0005: Quantity Four (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0006: Quantity One (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Building 227). LINE ITEM 0007: Quantity Four (4 EA) Emergency Service (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0008: Quantity One (1 EA) Emergency Service (see Attachment 1- Statement of Work for Building 227). LINE ITEM 0009: Quantity Twelve (12 EA) Re-commission/Re-Certification (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0010: Quantity Two (2 EA) Re-commission/Re-Certification (see Attachment 1- Statement of Work for Building 227). LINE ITEM 0011: Quantity Twelve (12 EA) AC/DC Capacitor Replacement (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0012: Quantity Two (2 EA) AC/DC Capacitor Replacement (see Attachment 1- Statement of Work for Building 227). LINE ITEM 0013: Quantity Eighty (80 EA) Replacement Batteries (see Attachment 1-Statement of Work for Buildings 215, 216, 217, 218, and 219). LINE ITEM 0014: Quantity One hundred and sixty (160 EA) Battery Replacement (see Attachment 1- Statement of Work for Building 227). OPTION LINE ITEM(S): The following items are option line items. The Contractor shall provide pricing for these items. Award of option line items is at the sole discretion of the Government in accordance with 52.217-7. OPTION YEAR ONE: OPTION LINE ITEM 0015: Quantity Twelve (12 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year one. OPTION LINE ITEM 0016: Quantity Two (2 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Building 227) Option year one. OPTION LINE ITEM 0017: Quantity Two Hundred and Eight (208 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year one. OPTION LINE ITEM 0018: Quantity Forty (40 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Building 227) Option year one. OPTION LINE ITEM 0019: Quantity Four (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year one. OPTION LINE ITEM 0020: Quantity One (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Building 227) Option year one. OPTION LINE ITEM 0021: Quantity Four (4 EA) Emergency Service (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year one. OPTION LINE ITEM 0022: Quantity One (1 EA) Emergency Service (see Attachment 1- Statement of Work for Building 227) Option year one. OPTION LINE ITEM 0023: Quantity Eighty (80 EA) Replacement Batteries (see Attachment 1-Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year one. OPTION LINE ITEM 0024: Quantity One hundred and sixty (160 EA) Battery Replacement (see Attachment 1- Statement of Work for Building 227) Option year one. OPTION LINE ITEM 0025: Quantity Eight Hundred (200 EA) Replacement Batteries (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year one. OPTION LINE ITEM 0026: Quantity One(1 EA) UPS Equipment Replacement (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year one. OPTION LINE ITEM 0027: Quantity One (1 EA) UPS Equipment Replacement (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year one. OPTION LINE ITEM 0028: Quantity One (1 EA) UPS Equipment Replacement (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year one. OPTION LINE ITEM 0029: Quantity One (1 EA) UPS Equipment Replacement (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year one. OPTION LINE ITEM 0030: Quantity One (1 EA) UPS Equipment Replacement (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year one. OPTION YEAR TWO: OPTION LINE ITEM 0031: Quantity Twelve (12 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year two. OPTION LINE ITEM 0032: Quantity Two (2 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Building 227) Option year two. OPTION LINE ITEM 0033: Quantity Two Hundred and Eight (208 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year two. OPTION LINE ITEM 0034: Quantity Forty (40 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Building 227) Option year two. OPTION LINE ITEM 0035: Quantity Four (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year two. OPTION LINE ITEM 0036: Quantity One (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Building 227) Option year two. OPTION LINE ITEM 0037: Quantity Four (4 EA) Emergency Service (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year two. OPTION LINE ITEM 0038: Quantity One (1 EA) Emergency Service (see Attachment 1- Statement of Work for Building 227) Option year two. OPTION LINE ITEM 0039: Quantity Eighty (80 EA) Replacement Batteries (see Attachment 1-Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year two. OPTION LINE ITEM 0040: Quantity One hundred and sixty (160 EA) Battery Replacement (see Attachment 1- Statement of Work for Building 227) Option year two. OPTION LINE ITEM 0041: Quantity Eight Hundred (200 EA) Replacement Batteries (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year two. OPTION YEAR THREE: OPTION LINE ITEM 0042: Quantity Twelve (12 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year three. OPTION LINE ITEM 0043: Quantity Two (2 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Building 227) Option year three. OPTION LINE ITEM 0044: Quantity Two Hundred and Eight (208 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year three. OPTION LINE ITEM 0045: Quantity Forty (40 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Building 227) Option year three. OPTION LINE ITEM 0046: Quantity Four (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year three. OPTION LINE ITEM 0047: Quantity One (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Building 227) Option year three. OPTION LINE ITEM 0048: Quantity Four (4 EA) Emergency Service (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year three. OPTION LINE ITEM 0049: Quantity One (1 EA) Emergency Service (see Attachment 1- Statement of Work for Building 227) Option year three. OPTION LINE ITEM 0050: Quantity Eighty (80 EA) Replacement Batteries (see Attachment 1-Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year three OPTION LINE ITEM 0051: Quantity One hundred and sixty (160 EA) Battery Replacement (see Attachment 1- Statement of Work for Building 227) Option year three. OPTION LINE ITEM 0052: Quantity Eight Hundred (200 EA) Replacement Batteries (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, 219 and 227) Option year three. OPTION YEAR FOUR: OPTION LINE ITEM 0053: Quantity Twelve (12 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year four. OPTION LINE ITEM 0054: Quantity Two (2 EA) UPS Maintenance Contract Annual/Semi Annual (see Attachment 1- Statement of Work for Building 227) Option year four. OPTION LINE ITEM 0055: Quantity Two Hundred and Eight (208 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year four. OPTION LINE ITEM 0056: Quantity Forty (40 Hr) UPS Annual/Semi Annual Maintenance Labor Cost (see Attachment 1- Statement of Work for Building 227) Option year four. OPTION LINE ITEM 0057: Quantity Four (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year four. OPTION LINE ITEM 0058: Quantity One (1 Year) Corrective Repair Service (CRS) (see Attachment 1- Statement of Work for Building 227) Option year four. OPTION LINE ITEM 0059: Quantity Four (4 EA) Emergency Service (see Attachment 1- Statement of Work for Buildings 215, 216, 217, 218, and 219) Option year four. OPTION LINE ITEM 0060: Quantity One (1 EA) Emergency Service (see Attachment 1- Statement of Work for Building 227) Option year four. QUOTATION EVALUATION: Evaluation Factors: Award shall be made to the offeror whose quotation offers the best value to the Government price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability, 2) Past Performance, 3) Qualified APC Certified Field Service Engineers, 4) Authorized Seller for Schneider Electric and 5) Price. Technical Capability, Past Performance, APC Certified Field Service Engineers and Authorized seller for Schneider Electric, when combined, shall be approximately equal in importance to price. Past Performance, APC Certified Field Service Engineers, Authorized seller for Schneider Electric and Price shall not be evaluated if quotations are determined technically unacceptable in accordance with the Technical Capability evaluation factor. Best value shall be determined based on the overall value of the proposed equipment to the Government, price and non-price factors considered. Technical Capability: Evaluation of Technical Capability shall be based on the information provided in the quotation. The quotation submitted shall be evaluated to determine that the equipment meets or exceeds all required specifications. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Past Performance: The Government will evaluate the Offeror's past performance information to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offeror's past performance information, NIST will evaluate the quality and timeliness of the past work. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the Offeror’s past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. APC Certified Field Service Engineers: APC certifications of the Field Service Engineers who will verify all connections within the system in accordance with the factory specification, and that it is functioning correctly in all modes of operation, ensuring optimal performance and extending the life of the product. Authorized Seller: The contractor shall be an Authorized Seller for Schneider Electric. PROVISIONS AND CLAUSES: The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html or www.acqnet.gov/far. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions—Commercial Items; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders—Commercial Items including subparagraphs: 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns. 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor; 52.222-19 Child Labor – Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-1 Buy American Act—Supplies; 52.225-13 Restriction on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-51, Exemption from Application of the Service Contract 52.217-7 Option for Increased Quantity—Separately Priced Line Item The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within LINE ITEM 0015: within 1 year of the base award LINE ITEM 0016: within 1 year of the base award LINE ITEM 0017: within 1 year of the base award LINE ITEM 0018: within 1 year of the base award LINE ITEM 0019: within 1 year of the base award LINE ITEM 0020: within 1 year of the base award LINE ITEM 0021: within 1 year of the base award LINE ITEM 0022: within 1 year of the base award LINE ITEM 0023: within 1 year of the base award LINE ITEM 0024: within 1 year of the base award LINE ITEM 0025: within 1 year of the base award LINE ITEM 0026: within 1 year of the base award LINE ITEM 0027: within 1 year of the base award LINE ITEM 0028: within 1 year of the base award LINE ITEM 0029: within 1 year of the base award LINE ITEM 0030: within 1 year of the base award LINE ITEM 0031: within 2 year of the base award LINE ITEM 0032: within 2 year of the base award LINE ITEM 0033: within 2 year of the base award LINE ITEM 0034: within 2 year of the base award LINE ITEM 0035: within 2 year of the base award LINE ITEM 0036: within 2 year of the base award LINE ITEM 0037: within 2 year of the base award LINE ITEM 0038: within 2 year of the base award LINE ITEM 0039: within 2 year of the base award LINE ITEM 0040: within 2 year of the base award LINE ITEM 0041: within 2 year of the base award LINE ITEM 0042: within 3 year of the base award LINE ITEM 0043: within 3 year of the base award LINE ITEM 0044: within 3 year of the base award LINE ITEM 0045: within 3 year of the base award LINE ITEM 0046: within 3 year of the base award LINE ITEM 0047: within 3 year of the base award LINE ITEM 0048: within 3 year of the base award LINE ITEM 0049: within 3 year of the base award LINE ITEM 0050: within 3 year of the base award LINE ITEM 0051: within 3 year of the base award LINE ITEM 0052: within 3 year of the base award LINE ITEM 0053: within 4 year of the base award LINE ITEM 0054: within 4 year of the base award LINE ITEM 0055: within 4 year of the base award LINE ITEM 0056: within 4 year of the base award LINE ITEM 0057: within 4 year of the base award LINE ITEM 0058: within 4 year of the base award LINE ITEM 0059: within 4 year of the base award LINE ITEM 0060: within 4 year of the base award Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. 52.236-13 -- Accident Prevention. (a) The Contractor shall provide and maintain work environments and procedures which will -- (1) Safeguard the public and Government personnel, property, materials, supplies, and equipment exposed to Contractor operations and activities; (2) Avoid interruptions of Government operations and delays in project completion dates; and (3) Control costs in the performance of this contract. (b) For these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall -- (1) Provide appropriate safety barricades, signs, and signal lights; (2) Comply with the standards issued by the Secretary of Labor at 29 CFR Part 1926 and 29 CFR Part 1910; and (3) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken. (c) If this contract is for construction or dismantling, demolition or removal of improvements with any Department of Defense agency or component, the Contractor shall comply with all pertinent provisions of the latest version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation. (d) Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor’s representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any stop work order issued under this clause. (e) The Contractor shall insert this clause, including this paragraph (e), with appropriate changes in the designation of the parties, in subcontracts. (End of Clause) Alternate I (Nov 1991). If the contract will involve (a) work of a long duration or hazardous nature, or (b) performance on a Government facility that on the advice of technical representatives involves hazardous materials or operations that might endanger the safety of the public and/or Government personnel or property, add the following paragraph (f) to the basic clause: (f) Before commencing the work, the Contractor shall -- (1) Submit a written proposed plan for implementing this clause. The plan shall include an analysis of the significant hazards to life, limb, and property inherent in contract work performance and a plan for controlling these hazards; and (2) Meet with representatives of the Contracting Officer to discuss and develop a mutual understanding relative to administration of the overall safety program. 52.237-2 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) The Contractor shall use reasonable care to avoid damaging existing buildings, equipment, and vegetation on the Government installation. If the Contractor's failure to use reasonable care causes damage to any of this property, the Contractor shall replace or repair the damage at no expense to the Government as the Contracting Officer directs. If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price. (End of clause) 1352.233-70 HARMLESS FROM LIABILITY (March 2000) The Contractor shall hold and save the Government, its officers, agents, and employees harmless from liability of any nature or kind, including costs and expenses to which they may be subject, for or on account of any or all suits or damages of any character whatsoever resulting form injuries or damages sustained by any person or persons or property by virtue of performance of this contract, arising or resulting in whole or in part from the fault, negligence, wrongful act or wrongful omission of the contractor, or any subcontractor, their employees, and agents (End of Cause) 52.204-9 - Personal Identity Verification of Contractor Personnel. (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. (End of Clause) 1352.215-8 PERIOD OF PERFORMANCE (MAR 2000) a. The period of performance of this contract is from TBD through TBD. If an option is exercised, the period of performance shall be extended through the end of that option period. b. The option periods that may be exercised are as follows: Period Start Date End Date Option I TBD Option II TBD Option III TBD Option IV TBD (End of clause) SAFETY PLAN: A Safety Plan shall be required from the awardee two weeks after contract award (see attachment 1 for Safety Plan). REQUIRED SUBMISSIONS: All quoters shall submit the following: 1.An original and one (1) copy of a quotation which addresses all Line Item(s) and all evaluation criteria including the technical description and/or product literature and explain how your product/solution meets or exceeds each specification/Statement of work. 2.Quoters should provide a list of at least three (3) references to whom the same or similar products have been sold. The list of references shall include, at a minimum: The name of the reference contact person and the company or organization; the telephone number of the reference contact person; the contract or grant number; the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; and the date of delivery or the date services were completed. 3.Quoters should provide a copy of all APC certifications of the Field Service Engineers who would maintenance/service the equipment. 4.Written evidence of authorization from Schneider Electric to sell the required maintenance. 5.Provide Site Visit information prior to site visit. SITE VISIT REQUIREMENTS SITE VISITS shall take place on Monday, April 12, 2010, at 10:00am Eastern Time. The site visit shall begin promptly at 10:00 am. Attendees must be on-site by 9:30 AM. Attendees shall convene at NIST, Building 301, 100 Bureau Drive, Gaithersburg, Maryland. The site visit shall allow offerors to view the space where the instrument(s) will be housed. Potential offerors are strongly encouraged to attend site visit. In no event shall failure to inspect the instrument constitute grounds for a claim after contract award. No cameras or Video devices are allowed. To better facilitate the site visit, it is requested that all technical questions be submitted in writing to Janet Lamb, Contract Specialist, via e-mail no later than 3:00 pm Eastern Time on Thursday, April 15, 2010. If required, an amendment including questions and answers shall be posted at www.fedbizopps.gov. Offerors are advised that the terms and conditions of the RFQ remain the same unless changed by amendment. SECURITY REQUIREMENTS Because of heightened security, Offerors who are planning to attend the site visit shall e-mail their intention to attend to Janet Lamb, at janet.lamb@nist.gov, not later than 3:00 pm on Friday, April 9, 2010, with the following information: 1) Company name 2) Names of all individuals attending the site visit 3) Country of Citizenship of all individuals attending the site visit* *For non-US Citizens, the following additional information will be required: 1) Title 2) Employer/Sponsor 3) Address Failure to register will result in individuals being denied access to NIST, and subsequently, the site visit. It is the sole responsibility of each offeror to register for the site visit. Offerors must pick up a Visitor's Badge at the Visitor's Registration Center located at the Main Gate (Gate A, off Bureau Drive) Please ensure all individuals bring photo identification or they will be denied access to the facility. ¬¬¬¬ All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Janet Lamb, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. DUE DATE FOR QUOTE: ***Submission shall be received not later than 1:00 p.m. local time on April 22, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Janet Lamb. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Janet Lamb) at janet.lamb@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES WILL BE ACCEPTED. Because of heightened security, Fed-Ex, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be provided to Janet Lamb at 301-975-6205. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility.Attachment 1 STATEMENT OF WORK Equipment To Be Covered In Building 215 MODEL NUMBERSERIAL NUMBERROOM NUMBER EPS6225/44,66 E02-10339D02 (80) TC1290X RACKSD02 EPS3100/44,66B02-10527D02 (36) TC1290XRACKSD02 Equipment To Be Covered In Building 216 - Penthouse MODEL NUMBERSERIAL NUMBERROOM NUMBER EPS6375/44,66E02-10379E320 (120) TC1290XRACKSE320 EPS3100/44,66B02-10634C320 (36) TC1290XRACKSC320 Equipment To Be Covered In Building 217 - Penthouse MODEL NUMBERSERIAL NUMBERROOM NUMBER EPS6375/44,66E02-10442E321 (120) TC1290XRACKSE321 EPS3100/44,66B02-10833C322 (36) TC1290XRACKSC322 Equipment To Be Covered In Building 218 MODEL NUMBERSERIAL NUMBERROOM NUMBER EPS6375/44,66E02-10340H02 (120) TC1290XRACKSH02 EPS6225/44,66E02-10341H02 (80) TC1290XRACKSH02 EPS6225/44,66E02-10338B09 (80) TC1290XRACKSB09 EPS3100/44,66B02-10523B09 (36) TC1290XRACKSB09 Equipment To Be Covered In Building 219 MODEL NUMBERSERIAL NUMBERROOM NUMBER EPS3150/44,66B02-10635A21 (36) TC12120SRACKSA21 30kva GalaxyA02-10989A21 (20) TC1235LRACKSA21 Equipment To Be Covered In Building 227 MODEL NUMBERSERIAL NUMBERROOM NUMBER EPS6225/44,66 85675-01UPS Room (80) UPS12-475FR RACKSUPS Room EPS6225/44,66 85675-02UPS Room (80) UPS12-475FR RACKSUPS Room UPS AND BATTERY PREVENTIVE MAINTENANCE SCOPE OF WORK UPS FULL PREVENTATIVE MAINTENANCE (PM) SERVICES ANNUAL PREVENTATIVE MAINTENANCE SITE SERVICES that apply to Line Item’s 0001,0002, 0009, 0010, 0011, 0012 and if exercised, option Line Item’s 0015, 0016, 0031, 0032, 0042, 0043, 0053, 0054: 1. Electronically check UPS internal logs for all event activity. 2. Visual, check the inverter and rectifier for burned or broken wires. 3. Visual, check connections for discoloration and proper torque 4. Visual, check fuses on the DC capacitors, continuity when (applicable). 5. Calibrate and record all electronics to system specifications 6. Measure and record phase-to-phase input and output voltages and currents 7. Replace air filters. 8. Perform temperature check on all breakers, connections and associated controls wires as required. 9. Visual check equipment subassemblies, wiring harnesses, contacts and control components. 10. Inspect power capacitors for swelling and leakage. 11. Measure and record harmonic trap filter currents. 12. Measure and record voltage waveforms and currents input and output rectifier AC & DS Capacitors. 13. Check AC & DC Frequencies. 14. Verify utility Synchronizing and transfer to bypass. 15. Verify transfer from bypass to UPS. 16. Verify Voltage and phase lockout 17. Verify Static bypass operation. 18. Provide wave form analysis report for normal, by-pass, redundant, and ups power sources. 19 Clean and inspect systems fans, door compartment seals. 20. Vacuum clean compartment modules as required to remove all dust from modules internals. BATTERY INSPECTION SERVICE PERFORMED DURING ANNUAL AND SEMI-ANNUAL PM SERVICES that apply to Line Item’s 0003, 0004, 0009, 0010, 0013, 0014 and if exercised option Line Item’s 0018, 0019, 0023, 0024, 0025, 0033, 0034, 0039, 0040, 0041, 0044, 0045, 0050, 0051, 0052, 0055, 0056: 1. Visual, check battery rack for corrosion 2. Visual, check all terminal for corrosion 3. Measure and record AC bus ripple voltage and current. 4. Measure and record total battery float voltage and current. 5. Check batteries internal impedance. 6. Re-torque battery terminals as required. 7. Load test batteries SEMI-ANNUAL PREVENTIVE MAINTENANCE SITE SERVICES that apply to Line Item 0002, 0003, 0009, 0010, 0011, 0012 and if exercised option Line Item’s 0017, 0018, 0033, 0034, 0045, 0046, 0055, 0056: 1. Electronically check UPS internal logs for all event activity. 2. Visual, check the inverter and rectifier for burned or broken wires. 3. Visual, check connections for discoloration and proper torque 4. Visual, check fuses on the DC capacitors, continuity when (applicable). 5. Calibrate and record all electronics to system specifications 6. Measure and record phase-to-phase input and output voltages and currents 7. Visual check equipment subassemblies, wiring harnesses, contacts and control components. 8. Inspect power capacitors for swelling and leakage. 9. Verify utility Synchronizing and transfer to bypass. 10. Verify transfer from bypass to UPS. 11. Verify Voltage and phase lockout 13. Verify Static bypass operation. CORRECTIVE REPAIR SERVICE(CRS) that apply to Line Item 0005, 0006 and if exercised option Line Item’s 0019, 0020, 0035, 0036, 0046, 0047, 0057, 0058: 1. Corrective Maintenance: a. Service will be provided as often as necessary. b. Service hours will be from 8:00 AM through 5:30 PM. Same business day and/or the next business day for service completion. EMERGENCY SERVICES that apply to Line Item 0007, 0008 and if exercised option Line Item’s 0021, 0022, 0037, 0038, 0048, 0049, 0059, 0060: 1. Response Times for Normal Hours and Out of Hours Service Phone Calls: a. All Emergency Service shall be available 24 hours a day, 7 days a week. b. Holidays Emergency Service shall be provided. UPS RE-COMMISSION/RE-CERTIFICATION that apply to Line Items 0005 and 0006: 1.1. APC Certified Field Service Engineer will verify all connections within the system have been made according to factory specification, and that it is functioning correctly in all modes of operation, ensuring optimal performance and extending the life of the product. 2.Customized report for equipment assessment services report, which shall include the following: (1) power and cooling requirements to support the existing load. (2) Recommendations for increased efficiencies and capacity. (3) Risk assessment summary maximize uptime by identifying potential threats to the availability of your equipment such as aging batteries or insufficient runtimes. UPS EQUIPMENT REPLACEMENT that apply to if exercised option Line Item’s 00026, 0027, 0028, 0029, 0030: 1. UPS EQUIPMENT REPLACEMENT for Buildings 215, 216, 217, 218, 219 and 227 PARTS REPLACEMENT COST 1.All Parts shall be listed with shipping cost included when (applicable). 2.Method of payment for all Parts Replacement Cost will be paid by the Government Purchase Card. 3.The contractor is required to provide the Merchant Category Code number to the Contracting Officer BEFORE submission of the first payment. This is to ensure the purchase card is set up for payment. 4.The Primary Card holder and the Alternate card holder will be named in the award. 5.The amount of any single purchase shall not exceed $10,000.00. FIRMWARE UPGRADES: 1. Part of maintaining ups systems is ensuring the unit is operating with the most recent firmware version. Preventive Maintenance contracts shall include firmware upgrades at no additional cost to the Government. SAFETY PLAN: Outline of a NIST Safety and Health Plan for a Specific Contract The following areas are typically addressed in a contract specific safety and health plan. A plan shall be job-specific and shall also address any unusual or unique aspects of the project or activity for which it is written. 1. SIGNATURE SHEET. Title, signature, and phone number of the following: a. Plan preparer (qualified person such as corporate safety staff person, QC). b. Plan must be approved, by company/corporate officers authorized to obligate the company (e.g., owner, company president, regional vice president, etc.). c. Plan concurrence (e.g., Chief of Operations, Corporate Chief of Safety, Corporate Industrial Hygienist, project manager or superintendent, project safety professional, project QC) (provide concurrence of other applicable corporate and project personnel (Contractor)). 2. BACKGROUND INFORMATION. List the following: a. Contractor; b. Contract number; c. Project name; d. Brief project description, description of work to be performed, and location on NIST Gaithersburg site. e. Contractor and sub-contractor accident experience (provide 2 years OSHA 300 Forms, corporate safety trend analyses); and any OSHA/STATE citations. 3. STATEMENT OF SAFETY AND HEALTH POLICY. a. List NIST job-specific phases of work and identify any/all hazardous activities. List all safe work practices to be followed during each project activity phases. b. Provide a copy of your current corporate/company Safety and Health Policy Statement. 4. RESPONSIBILITIES AND LINES OF AUTHORITIES. a.Identification and accountability of personnel responsible for safety - at both corporate and project level. (Contracts specifically requiring safety or industrial hygiene personnel should include a copy of their resume. The COTR will review the qualifications for acceptance.) b.Lines of authority to include sub-contractors. 5. SUBCONTRACTORS AND SUPPLIERS. Provide the following: a. Identification of subcontractors and suppliers (if known); b. Means for controlling and coordinating subcontractors and suppliers; and c.Safety responsibilities of subcontractors and suppliers. 6. TRAINING. a.List subjects to be discussed with employees in safety indoctrination. b.List mandatory training and certifications that are applicable to this project (e.g., explosive actuated tools, confined space entry, crane operator, excavation, certification, NFPA 70E, PPE) and any requirements for periodic retraining/recertification. All applicable training certifications shall be submitted to NIST prior to work proceeding. c.Outline requirements (who attends, when given, who will conduct, etc.) for supervisory and employee safety meetings. 7. SAFETY AND HEALTH INSPECTIONS. Provide details on: a. Who will conduct safety inspections (e.g., PM, safety professional, QC, supervisors, employees), when inspections will be conducted, how the inspections will be recorded, deficiency tracking system, follow-up procedures, etc. Copies of safety reports shall be submitted to the NIST COTR for review. b.The names of competent and/or qualified person(s) and proof of competency/ qualification to meet specific OSHA competent/qualified person(s) requirements must be attached. 8. SAFETY AND HEALTH EXPECTATIONS, INCENTIVE PROGRAMS, AND COMPLIANCE. a.The company's written safety program goals, objectives, and accident experience goals for this contract should be provided. b.A brief description of the company's safety incentive programs (if any) should be provided. c.Policies and procedures regarding noncompliance with safety requirements (to include disciplinary actions for violation of safety requirements) should be identified. d.Provide written company procedures for holding managers and supervisors accountable for safety. 9. ACCIDENT REPORTING. The Contractor shall identify who, how, and when the following will be completed: a. Exposure data (man-hours worked); b. Accident investigations, reports, and logs; c. Immediate notification of major accidents to NIST contact. 10. MEDICAL SUPPORT. Outline on-site medical support and/or offsite medical arrangements including rescue and medical duties for those employees who are to perform them, and the name(s) of onsite Contractor personnel trained in first aid and CPR. 11. PERSONAL PROTECTIVE EQUIPMENT. Outline procedures (who, when, how) for conducting hazard assessments and written certifications for use of PPE. Outline procedures to be followed to assure the proper use, selection, and maintenance of personal protective and life saving equipment (e.g., protective footwear, protective gloves, hard hats, safety glasses, hearing protection, body harnesses, and lanyards). 12. REQUIRED PLANS (when specific work is necessary as part of the contract) a.Plans for the layout of temporary construction buildings, facilities, fencing, and access routes and anchoring systems for temporary structures shall be submitted to and approved by the COTR. b.Spill prevention plan and response plan c.Plan for posting of emergency telephone numbers d. Hazard communication plan - Provide the location of MSDS, records of Contractor employee training, and inventory of hazardous materials (including approximate quantities and a site map) that will be brought onto Government project by the Contractor and subcontractor. All hazardous materials must have NIST approval prior to materials entering NIST site. e.Respiratory Protection Plan. Where respirators are necessary to protect the health of the employee, establish and implement a written respiratory protection program with work site specific procedures in accordance with this section and OSHA’s respiratory protection standard at 29 CFR 1910.134. Designate a competent person as program administrator, who is qualified by appropriate training or experience that is commensurate with the complexity of the program, to administer and oversee the respiratory protection program and conduct the required evaluations of program effectiveness. All contract employees respirator fit test and medical records must be submitted to NIST before any work is to proceed. f. Health Hazard Control Plan The analyses shall identify all substances, agents, and environments that present a hazard and recommend hazard control measures. Engineering and administrative controls shall be used to control hazards; in cases where engineering or administrative controls are not feasible, PPE may be used. g. Confined Space Access Plan Confined space work covered by OSHA’s General Industry (29 CFR 1910) and Construction (29 CFR 1926) standards shall be performed in accordance with 29 CFR 1910.146 and as provided herein. h. Control of Hazardous Energy (Lock out/Tag out) Before an employee performs any servicing or maintenance on a system where the unexpected energizing, start up, or release of kinetic or stored energy could occur and cause injury or damage, the system shall be isolated All procedures shall be performed in accordance with 29CFR1910.147 i. Fall protection plan Provide details of the contractors fall protection program to include, but not limited to, roofing, ladders, and scaffolding. j. Electrical Safety NFPA 70E (current edition) Provide details on the contractor’s energized work program to include, but not limited to fire resistant clothing (FR), PPE, insulated tools, energized work permit, barricades and signs, justification for working on the electrical circuits energized except for trouble shooting, and training for individuals to comply with NFPA 70E related requirements. Provide details on energized work program for trouble shooting energized circuits, which shall include checking terminals electrical equipment for voltage potential. Electrical safety shall be discussed in the plan to all trades not just to electricians. Mechanical based trades traditionally placed air handling equipment and pumps. Those trades also traditionally replace electrical equipment and/or make electrical connections. Those trades traditionally check phase rotation as an example, and as thus are exposed to energized parts as defined in NFPA 70E. k. Excavation and Trenching Plan Provide details on excavation and trenching plan to include, but not limited to, shoring, trench boxes, soil storage area, and means to prevent pedestrians and vehicles within the construction zone. Drawings and/or sketches are encouraged for this plan. 13. CONTRACTOR INFORMATION. The Contractor shall provide information on how they will meet the requirements of applicable. As a minimum, excavations, scaffolding, medical and first-aid requirements, PPE, fire prevention, machinery and mechanized equipment, electrical safety, public safety requirements; and chemical, exposure prevention requirements shall be addressed as applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0144/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02109891-W 20100403/100401235228-5020f8f5c9afc9525e80c7c046affb61 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.