Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
SOLICITATION NOTICE

61 -- UNINTERRUPTIBLE POWER SUPPLY UPS

Notice Date
9/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423610 — Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment Merchant Wholesalers
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
NNC13485309Q
 
Response Due
9/25/2013
 
Archive Date
9/17/2014
 
Point of Contact
Dorothy E Viancourt, Purchasing, Phone 216-433-2532, Fax 216-433-5489, Email Dorothy.E.Viancourt@nasa.gov
 
E-Mail Address
Dorothy E Viancourt
(Dorothy.E.Viancourt@nasa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This notice 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 announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ), SEE SPECIFICATIONS BELOW: The vendor shall provide support to NASA for proper installation by NASA of the UPS system including technical documentation detailing electrical connections, physical dimensions, and clearances. The vendor shall provide start-up service for the UPS system. The vendor shall provide NASA personnel with instruction and training for use of the UPS system. The vendor shall deliver all necessary parts and components described below for NASA to install a complete Uninterruptible Power Supply system with dual feed Automatic Transfer Switch Input and Parallel and Redundant Output. The system supplied shall communicate via Modbus TCP/IP. -- Item 1: Eaton 9355 UPS, Quantity of 2 Each UPS shall be Eaton Part Number KA1512100000010. Each UPS shall have a CAN Bridge parallel card for communication between UPS units. Each UPS shall be rated for 15 KVA and 13.5 kW. Each UPS shall have 208V 4w + G Input. Each UPS shall have 208V 4w + G output. Each UPS shall have a Power Xpert gateway communication card. Each UPS shall have a battery support time of 27.6 minutes for a 7650 W load. -- Item 2: Input Circuit Breaker, Quantity of 2 The circuit breaker shall be rated at 208V, 60A, 3 pole, minimum 14 KAIC or more, NEMA 1. Electrical enclosure(s) shall be provided for the circuit breakers. -- Item 3: Bypass Breaker, Quantity of 1 The circuit breaker shall be rated at 208V, 225A, 3 pole, minimum 14 KAIC (or more), NEMA 1. Electrical enclosure shall be provided for the circuit breaker. -- Item 4: Wall Mounted Automatic Transfer Switch, Quantity of 1 The wall mounted Automatic Transfer Switch (ATS) shall be equal to Cummins model OTPC-3P70A-480V. The ATS shall have open transition between inputs. -- Item 5: Wall Mounted Parallel Tie Cabinet The wall mounted parallel tie cabinet and maintenance bypass shall be 208V 4w + G. The wall mounted parallel tie cabinet shall be Eaton Part Number 124100026-002. -- Item 6: Input Isolation Transformer, Quantity of 1 The input isolation transformer shall be 3 phase rated at 30 KVA, 480 V Primary, 208V Y/120V Secondary, 60 Hz,150 degrees C temperature rise, NEMA 2. The transformer shall have copper windings. The transformer shall meet the NEMA TP-1 standard for energy efficiency. The transformer shall have a k-factor of 1.0. -- Item 7: Surge Protector, Quantity of 2 The surge protector shall be rated at 80 kA. The surge protector shall be equal to Eaton (Innovative Technologies) Part Number EQX080N-3Y201. -- Item 8: Standard Service Coverage The vendor shall provide standard service coverage for a period of one year. -- The provisions and clauses in the RFQ are those in effect through FAC 2005-69 http://nais.nasa.gov/far/. This procurement is a total small business set-aside. The NAICS Code and the small business size standard for this procurement are 423610 / 100 respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to NASA GLENN RESEARCH CENTER, 21000 BROOKPARK ROAD, CLEVELAND OHIO 44135-3191, is required. All contractual and technical questions must be in writing (e-mail) to Dorothy.E.Viancourt@nasa.gov not later than Sept 20, 2013. Telephone questions will not be accepted. Offers for the items(s) described above are due by Sept 25, 2013 to Dorothy.E.Viancourt@nasa.gov and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JUL 2013), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled 'Buy American Act -- Supplies,' the offeror shall so state and shall list the country of origin. FAR 52.212-4 (JUL 2013), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (AUG 2013), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 520.222-26, 52.2225-36, 52.223-18 and 52.225-13. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. Other critical requirements: Delivery time may aslo be considered. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3 (AUG 2013), Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html. Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/nais/link_syp.cgi. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GRC/OPDC20220/NNC13485309Q/listing.html)
 
Record
SN03191005-W 20130919/130917235519-464e9d89987a794a5d3c5fe2ea2e43c7 (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.