Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2012 FBO #3994
MODIFICATION

30 -- UNINTERRUPTIBLE POWER SUPPLYING UNIT

Notice Date
10/29/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
1942 GAFFNEY STREET, PEARL HARBOR, HI 96860
 
ZIP Code
96860
 
Solicitation Number
N00604-13-T-3003
 
Response Due
10/31/2012
 
Archive Date
4/29/2013
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: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.The solicitation number is N00604-13-T-3003 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61. The associated North American Industrial Classification System (NAICS) code for this procurement is 335999 with a small business size standard of 500.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2012-10-31 16:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be PEARL HARBOR, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001, UN-INTERRUPTIBLE POWER SUPPLYING (UPS) UNIT, Powerware Series 9395 ? 225 kVA (upgradeable to 275KVA/247Kw.). THE UPS SYSTEM SHALL BE 225 KVA CAPACITY AT 0.8 POWER FACTOR WITH INPUT VOLTAGE OF 480V, 3?PHASE, 4?WIRE AND AN OUTPUT VOLTAGE OF 480V, 3?PHASE, 4?WIRE. with ?ESS? System to provide 99% Efficiency, or equal. UPS Module shall consist of the following: 1 - Double Conversion Online (IGBT), 95% efficiency or 99% Efficiency with ESS option. 1 - Input Circuit Breaker (65kAIC) 1 - Lot Redundant Cooling Fans 1 - Eaton?s ABM? technology. 1 - Powerware Software Suite. 1 - X-Slot ? SNMP Card 1 - LCD Video Display with RS232 connection, LAN relay interface, RMP connection, and UPS system metering including the following screens: Meter Screen ? Voltage, Current, kW, kVA, frequency. Utility Statistics Screen ? number of outages, etc. Mimic Screen ? Power flow diagram. Battery Screen ? charging & discharging status Alarm Event Screen. ? History logging. 1 - Operation Manual POWERWARE 1-YEAR WARRANTY SERVICE & START-UP: Using standard procedures, this service inspects the installation, mechanically and electrically checks out the module, and commissions the system to critical load. System operation is verified with the critical load if such load is available at time of start-up (startup is performed on a 7 x24 basis). UPS Dimensions: 53.7"Wide x 34.3"Deep x 74"High/ 1786 Lb Battery Dimensions: 86?Wide x 34.3"Deep x 74"High / 9680 Lb Maintenance Bypass (bill of material corrected from wall mounted to floor mounted). Dimensions: 36?W x 90?H x 24?D/ 1200Lb (unit can be transported flat to clear door height of 79-1/2?)., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Central Contractor Registration Instructions to Offerors Evaluation Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Prohibition on Contracting with Inverted Domestic Corporations (May 2011) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Affirmative Action for Workers w/ Disabilities (OCT 2010) Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Third Party Privacy or Security Safeguards Exemption from Application of SCA to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements Availability of Funds Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FOB Destination Solicitation Provisions Incorporated by Reference Clauses Incorporated by Reference Representation Relating to Compensation of Former DoD Officials (Nov 2011) Control of Government Personnel Work Product (April 1992) CCR Alternate A Representation by Corporations Regarding an Unpaid Delinquent Tax Liability (Dev 2012-O0004) (Jan 2012) Item Identification & Valuation Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Buy American Act & Balance of Payments Preference for Certain Commodities (JUN 2010) Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) Requests for Equitable Adjustment (MAR 1998) Transportation of Supplies by Sea (ii)Alt I, (iii) Alt II, (iv) Alt III Prohibition of Hexavalent Chromium (May 2011) Buy American Act-Balance of Payments Program Certificate Levies on Contract Payments Authorized Changes by the KO (FEB 2008) Prospective Contractor Responsibility Questions regarding this request for quote must be submitted by 1000 HST (or 1600 EST) on 26 Oct 2012. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N00604-13-T-3003/listing.html)
 
Place of Performance
Address: PEARL HARBOR, HI 96860
Zip Code: 96860
 
Record
SN02920766-W 20121031/121029233552-0fc00b7c39317985391a2eba937b86d4 (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.