Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

59 -- Purchase & Installation of UPS Units

Notice Date
6/21/2011
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, District of Columbia, 20537
 
ZIP Code
20537
 
Solicitation Number
D-11-NE-0088
 
Point of Contact
Paula C McMillan, Phone: 202-307-7810
 
E-Mail Address
paula.mcmillan@usdoj.gov
(paula.mcmillan@usdoj.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Drug Enforcement Administration (DEA), Office of Acquisition & Relocation Management (FAC) hereby issues this Request for Quotation (RFQ). The RFQ number is D-11-NE-0088. DEA has a requirement for a Contractor to provide all materials and labor as follows: 1. Location of work: El Paso, Texas 2. Scope: The Contractor shall provide all materials and labor for the purchase and installation of two new Uninterrupted Power Supply (UPS) units to replace two 22-year-old IPM UPS units located in the basement area of the El Paso Intelligence Center (EPIC). In addition to the replacement of the UPS units, the Contractor shall provide all electrical requirements associated with this project. 3. Requirements: a. A mandatory site visit will be conducted by the Government before the date for submittal of a quotation to accomplish this project. The site visit is scheduled for June 24, 2011 at 10:00am. Please be prepared to provide the following information: driver's license, automobile insurance, vehicle registration, company name, address, telephone number and email address. Please contact Grace Martinez at (915) 760-2037 or George Godinez at (915) 760-2137 for further instructions. b. The Contractor shall purchase and install two new UPS units, 225 KVA, six E39 battery cabinets (three battery cabinets per UPS), two 4 Breaker Maintenance Bypass Module, and two Energy Saver Module. c. The new UPS units shall be compatible to meet all requirements of two EATON Power Distribution Units (PDU), 225 KVA, Model 9395. d. The Contractor shall make all necessary preparations to keep the EATON PDUs 1 & 2 with power during the replacement of the UPS units to maintain EPIC's Information Technology (IT) systems without interruptions. e. The Contractor shall provide all electrical requirements associated with the replacement of the UPS units to include: upgrading main feeder in Mechanical Room 454 that feeds Panel D (in basement) which contains the shut off for UPS 1 & 2, upgrade Panel D to meet new electrical load for new UPS, run temporary electrical wiring to PDUs for power, etc. f. The Contractor shall provide all labor and materials to disconnect and remove old UPS 1 & 2 from the premises. g. The Contractor shall complete replacement of UPS and all electrical requirements in one weekend period beginning on Friday at 4:00 p.m. and ending on Monday by 6:00 a.m. The estimated period of performance is on or about August 19, 2011. h. The Contractor shall be required to provide a list of all contract personnel requiring access to EPIC. The list of contract personnel shall include the following Personnel Identification Information (PII); full name to include nicknames/AKAs, SSN, DOB, current address/residency, and POB. The PII will be used to conduct a security review for all contract personnel requiring access to EPIC. DEA is the final authority on granting access or denying access to EPIC. All Contractor labor personnel participating in this project shall be U.S. citizens (native born or naturalized). All personnel shall be required to complete an SF-85 form prior to commencing work. This means that workers will not be able to physically work until EPIC security has approved or disapproved their SF-85. It is imperative that the completed SF-85 be in this office at least 1-2 weeks prior to the start date of the contract. All contract personnel will be escorted at all times. Access to classified information, DEA IT systems, or Open Storage Areas is not authorized. i. All electrical work shall be done in accordance with NEC and OSHA Standards. 4. Provisions and Clauses: In accordance with Simplified Acquisition Procedures, the DEA intends to issue a purchase order under the Test Program for Certain Commercial Items described in the Federal Acquisition Regulation (FAR) Subpart 13.5. This is a total small business set-aside. The NAICS code is 238210 and the size standard is $14 Million Dollars. The following FAR Part 12.3 provisions and clauses are applicable to this acquisition: 52.212-1 Instructions to Offerors - Commercial Items (JUNE 2008); 52.212-2 Evaluation - Commercial Items (JAN 1999) - 1) Technical capability of the items offered to meet the Government's requirement, 2) Past Performance, and 3) Price. The evaluation factors are listed in descending order of importance. Technical capability and past performance when combined, are significantly more important than cost or price; 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2011); 52.212-4; Contract Terms and Conditions - Commercial Items (JUN 2010); and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2011). The additional clauses cited within this clause, 52.212-5, are applicable: 52.222-50, 52.233-3, 52.233-4, 52.203-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-40, 52.223-18, 52.232-33, and 52.237-1. Any questions regarding this solicitation must be addressed to Paula McMillan, in writing at paula.mcmillan@usdoj.gov by June 28, 2011 at 12:00pm. This solicitation does not commit the Government to pay any costs incurred in the submission of a proposal. No telephone or fax requests will be accepted. Quotes shall be submitted electronically to paula.mcmillan@usdoj.gov. The closing date for the Request for Quotations is July 6, 2011 at 2:00pm EST. The Government anticipates award of a single firm fixed price purchase order. All interested sources shall submit a quotation which will be considered if timely received. The Government may reject all offers received in response to this solicitation, if doing so is in the best interest of the Government. 5. The Contractor shall provide the quotation in accordance with the following structure: A. Technical capability of the items offered to meet the Government's requirement: CLINS: CLIN 0001 - Quantity: 2 Unit: EA Description: New 225 KVA Unit Price: Total Cost: CLIN 0002 - Quantity: 6 Unit: EA Description: E39 Battery Cabinet Price: Total Cost: CLIN 0003 - Quantity: 2 Unit: EA Description: 4 Breaker Maintenance Bypass Module Price: Total Cost: CLIN 0004 - Quantity: 2 Unit: EA Description: Energy Saver Module Price: Total Cost: CLIN 0005 - Quantity: 2 Unit: EA Description: 300 Amp Enclosed Circuit Breaker Price: Total Cost: CLIN 0006 - 7x24 Start Up, One Year Warranty, Service Protection Plan Price: Total Cost: CLIN 0007 - Labor: 1) Labor Category, 2) Number of Hours, 3) Hourly Rate, 4) Total Cost (Number of Hours x Hourly Rate); and 5) Total of all Labor Costs B. 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY2011) C. Past Performance Information Please list similar projects as a past performance example. Each project example should contain the Agency name, the Agency point-of-contact (POC) with telephone number, value of task/contract, and a brief description of the task.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/DEA/OAM/D-11-NE-0088/listing.html)
 
Place of Performance
Address: El Paso, Texas, United States
 
Record
SN02478713-W 20110623/110621235241-18b0969b9eab1a5276389057374d8e27 (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.