SOLICITATION NOTICE
70 -- APC UPS Battery Cabinet - Combined Commercial Synopsis
- Notice Date
- 1/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423430
— Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
- Contracting Office
- Other Defense Agencies, Defense Media Activity, DMA Acquisition and Procurement, 601 Fairfax St., Alexandria, Virginia, 22314, United States
- ZIP Code
- 22314
- Solicitation Number
- HQ0516-12-T-0008
- Archive Date
- 2/17/2012
- Point of Contact
- Alana M. Williams, Phone: 3012226328
- E-Mail Address
-
alana.williams@dma.mil
(alana.williams@dma.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Commercial Synopsis (v) The following is required: CLIN 0001 APC Symmetra PX 40KW Extended Run Battery Frame with 8 Battery Modules & Startup (SYCFXR8-8) - 1 Unit CLIN 0002 APC StruxureWare Central, 25 Node License Only (AP9525) - 2 Units CLIN 0003 Installation of remotely mounted XR Battery Cabinet (vi) CLIN 0001: The contractor shall provide APC Symmetra PX 40KW Extended Run Battery Frame with 8 Battery Modules & Startup. CLIN 0002 - The contractor shall provide two (2) units of APC StruxureWare Central, 25 Node License Only (AP9525). CLIN 0003 -The vendor shall install the APC Extended Battery Cabinet in the computer room in building 6500, 6500 Mapes Road, Ft Meade, MD 20755. The equipment will need to be safely transported from the ground floor loading dock area to the 2nd floor using the freight elevator (approx. 11'd x 7'w with approximately 8'h elevator doorway) to the computer room. The APC Extended Battery Cabinet will be placed at the end of the existing data racks (approx. 60' inside the computer room's raised flooring). The existing APC Symmetra system is 4-rack cabinets to the left of the planned new system installation. All power and data cabling will be run in the overhead trays above the existing rack cabinets (no data or power will be installed under the raised flooring). In the computer room, the vendor will have approximately 36" wide, clear raised flooring pathway to transport the new battery cabinet to its target location. The new system will be connected and interfaced with the customer's existing APC Symmetra PX, Smart-UPS rack system, and the APC InfraStruXure system, version 6.0.2.21. The vendor shall follow the APC Extended Battery Cabinet installation instructions included in the equipment so as to not void any manufacturer's warranty or damage to equipment. The vendor shall provide their own installation tools. The vendor shall ensure that all packing/shipping material and trash be removed from the site by the vendor upon completion of the installation. The vendor shall setup a pre-installation conference call with the Government to discuss installation activities, answer any questions, and obtain any visitor information. The installation will be coordinated and performed during normal business hours. Two weeks advanced installation notice is required for customer preparation and staff notification. Any planned network or service interruption affecting normal business functions will be coordinated and approved by the customer representative at least one week in advance of the scheduled installation for customer preparation and staff notification. The installation will require software and/or hardware integration into the customer's existing APC Symmetra PX, Smart-UPS rack system, and the APC InfraStruXure system, version 6.0.2.21. The vendor shall be responsible for any site electrical modifications that are needed in support of the installation activities. The vendor will register all procured licenses with APC support. The vendor will validate with the customer representative the added battery runtime and the added nodes configured into the APC InfraStruXure system. (Please see attached pictures) (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at 52.212-2, Evaluation -- Commercial Items is applicable to this acquisition. Additionally, the Government will consider quotes only from authorized resellers of equipment manufacturers. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. All items must be quoted FOB Destination. Vendor shall certify that it is a Manufacturer's Authorized Channel as of the date of the submission of their offer, and that it has the certification/specialization level required by manufacturer to support both the product sale and product pricing, in accordance with the applicable manufacturer's certification/specialization requirements. Unless otherwise specified, Vendor shall warrant that the products are new and in their original box. The Vendor confirms to have sourced all manufacturer's products submitted in this offer from manufacturer or through Manufacturer's Authorized Channels only, in accordance with all applicable laws and current manufacturer's applicable policies at the time of purchase. Vendor shall provide Buyer with a copy of the End User license agreement, and shall warrant that all manufacturer's software is licensed originally to Buyer as the original licensee authorized to use the Manufacturer's Software. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. The Government will evaluate quotes on the basis of Lowest Price, Technically Acceptable. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications -Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.203-3, 252.203-7000, 252.225-7036, 252.232-7003, 252.247-7023-ALT I. (xiii) The following additional contract requirement(s) or terms and conditions apply: DEFENSE MEDIA ACTIVITY - Wide Area Work Flow. A copy of the full text of these provisions will be made available upon request. (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: NONE.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8ad1f435a1069cb804e035235f873f05)
- Place of Performance
- Address: All supplies and installation shall be completed NLT February 24, 2012 with a preference for early completion. The place of performance is Defense Media Activity, 6700 Taylor Avenue, Ft. Meade, MD 20755. The FOB point is destination., Ft. Meade, Maryland, 20755, United States
- Zip Code: 20755
- Zip Code: 20755
- Record
- SN02664112-W 20120201/120130234954-8ad1f435a1069cb804e035235f873f05 (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 |