SOURCES SOUGHT
Z -- Conduct market survey/sources sought.
- Notice Date
- 3/28/2018
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Social Security Administration Office of Acquisition and Grants 10th Floor, Post B8 601 E 12th St Kansas City MO 64106-2818
- ZIP Code
- 64106-2818
- Solicitation Number
- 28321318RI0000038
- Response Due
- 4/10/2018
- Archive Date
- 5/31/2018
- Point of Contact
- CROWLEY, TERRY
- Small Business Set-Aside
- Total Small Business
- Description
- SMALL BUSINESS SOURCES SOUGHT SYNOPSIS Solicitation Number:28321318RI0000038 Notice Type: Sources Sought Classification Code:Z1AA NAICS CODE: 811310 Synopsis: The Social Security Administration (SSA) is conducting a market survey/sources sought to help determine the availability and technical capability of qualified small businesses, 8(a) qualified small businesses, small disadvantaged businesses, women-owned small businesses, veteran-owned small businesses, service disabled veteran-owned small businesses and Historically Underutilized Business Zone small businesses capable of providing the requirement below. This announcement is not a request for proposals, and the Government is not committed to issue a solicitation or award a contract pursuant to this announcement or based on responses to this announcement. Information received from this market research is only for planning purposes, and will assist the Government in its acquisition strategy. As such, the Government will not entertain questions concerning this synopsis, and will not pay any costs incurred in the preparation of information for responding to this market survey or the Government ™s use of the information. Proprietary information must be clearly identified as proprietary information. The Government will not provide a debrief on the results of the survey. All information submitted will be held in a confidential manner and will only be used for the purpose intended. 1. DESCRIPTION The objective of this contract is to ensure fully functional and reliable backup electrical power for critical data center, security and telecommunications systems at the Frank Hagel Federal Building at 1221 Nevin Avenue, Richmond, CA 94801. The building has four Uninterruptible Power Supplies (UPS) that provide backup electrical power to these systems. Each UPS requires an effective preventive maintenance program to ensure reliable operation. UPS batteries have a limited effective service life and must be replaced five years after installation. The Contractor shall provide all necessary supervision, labor, testing, materials, equipment and supplies to perform preventive maintenance, battery replacement and optional services as described in this Statement of Work. Equipment covered by this statement of work includes the following Uninterruptible Power Supplies and batteries: 1. Eaton 9355, 20kVA, 2 strings of 18 batteries each Model # KB2013100000010Serial #BF034KXX10Manufactured Feb. 2012 2. APC MGE Galaxy 4000, 40kVA, 3 strings of 20 batteries each Model #72-173005-00Serial # PP14-000063Manufactured Oct. 2014 3. Eaton Power Xpert 9395, 300kVA, 1 string of 40 batteries each Model #9395-275Serial #EJ513BAA05Manufactured Aug. 2016 4. Eaton Power Xpert 9395, 300kVA, 1 string of 40 batteries each Model #9395-275Serial #EJ513BAA06Manufactured Aug. 2016 1.1 CONTRACT TYPE This contract is for one base year and four option years. This is a performance-based Firm Fixed Price contract for preventive maintenance with a provision for additional parts and services to be requested and invoiced separately. The contract includes a schedule for battery replacement. 1.2 OPTIONAL ADDITIONAL SERVICES Optional additional services and parts may be requested by the Government and invoiced separately. The Contractor shall include with its proposal an hourly rate for both regular time and overtime. The Contracting Officer ™s Representative (COR) may order services up to the micro-purchase limit. The Contracting Officer may order services exceeding the micro-purchase limit by modification to the Contract. All quotes for additional services shall have the labor and parts costs listed separately. Only new, original equipment manufacturer (OEM) parts shall be used, unless they are not available in the marketplace. All parts shall be provided at the GSA schedule or fair-market price. 1.3 REGULATORY COMPLIANCE The Contractor shall comply with all relevant Federal, State of California and local laws, regulations and codes in the performance of the work. The Contractor is responsible for determining and complying with the applicable requirements. The cost of any applicable permit fees, including those for hazardous waste disposal, shall be included in the Contractor ™s price proposal. All Contractor employees shall be fully trained, qualified and certified to perform the work. All work shall meet or exceed the requirements of the latest version of ANSI/NETA Standard for Maintenance Testing Specifications for Electrical Power Equipment and Systems. 2. GENERAL REQUIREMENTS The Contractor shall provide all necessary supervision, labor, testing, materials, equipment and supplies to perform the following preventive maintenance, battery replacement and optional services. The Contractor shall provide to the COR, within ten days of all work performed, a detailed written report explaining the work performed, test results, repairs and adjustments made, and problems noted that were not repaired. Report of any outstanding problems shall include recommendations and a price proposal listing labor and materials separately. No work shall interrupt electrical service to the load of the UPS at any time without express, written, advance approval of the COR. Interruption of electrical load requires a minimum fourteen days ™ notice, except in emergencies. 2.1 SCHEDULING All work must be scheduled in advance with the COR. Normal working hours for the building are 6:00 AM to 6:00 PM, Monday through Friday, excluding Federal holidays. All work shall be performed during normal working hours unless approved by the COR. 2.2 PREVENTIVE MAINTENANCE The Contractor shall perform preventive maintenance for the Uninterruptible Power Supplies and associated batteries. The Contractor shall determine and follow the manufacturer recommended preventive maintenance procedures and frequencies for high-reliability requirements. Preventive maintenance shall include, as a minimum annual requirement, all applicable inspection, testing, cleaning and other tasks specified in the latest version of ANSI/NETA Standard for Maintenance Testing Specifications for Electrical Power Equipment and Systems. The Contractor shall submit with its proposal a scope of work detailing the specific preventive maintenance tasks and frequencies to be performed. Preventive maintenance shall include any necessary minor repairs and adjustments that do not require replacement parts. Such repairs may include, but are not limited to, tightened connectors, adjusting hardware, adjusting voltages, and setting operating parameters. Minor repairs that require replacement of common hardware (screws, bolts, wire, etc.) shall be performed at no additional cost if the parts are immediately available from the building maintenance staff. 2.3 BATTERY REPLACEMENT The Contractor shall replace the UPS batteries with new batteries according to the following schedule: Base Year “ all batteries for Eaton 9355, serial #BF034KXX10 Option Year One “ none Option Year Two “ all batteries for Galaxy 4000, serial #PP14-000063 Option Year Three “ all batteries for Eaton 9395, serial #EJ513BAA05 “ all batteries for Eaton 9395, serial #EJ513BAA06 Option Year Four “ none Batteries provided shall comply with the UPS manufacturer recommendations and be of equal or better quality as the existing batteries. The replacement batteries shall be tested after installation and certified by the Contractor to be fully functional. Batteries that fail during the manufacturer ™s warranty period shall be replaced by the Contractor at no additional cost to the Government. Battery replacement shall be performed in lieu of the annual preventive maintenance for the batteries that are replaced. The Contractor shall remove the old batteries from the premises and have them disposed or recycled according to applicable regulations. Recycling is highly encouraged and the Contractor shall retain any salvage value from the old batteries. Potential salvage value shall be considered in the contractor ™s price proposal. The Contractor shall provide copies of all disposal manifests and recycling records to the COR within thirty days. The COR will inform the Contractor of the Generator ID Number to be used for Hazardous Waste Manifests. The above requirements for battery quality, testing and disposal/recycling shall also apply to individual batteries replaced by the Contractor due to defect during the course of the contract. 2.4 CORRECTIVE MAINTENANCE When repairs (other than minor repairs) to defective or inoperable equipment are required, the Contractor shall provide a detailed written report to the COR with a repair plan and quote. The Government has the option to order the work from the Contractor or have it performed by another source. 2.5 EMERGENCY SERVICES Emergency technical services shall be available twenty-four hours / seven days per week to minimize system downtime. Telephone technical support shall be available twenty-four hours per day at no additional cost to the Government. The Contractor shall provide a technical support telephone number. A qualified technician shall respond to provide telephone support within one hour. The COR will request on-site emergency repair services if needed. If on-site emergency repairs are requested, the technician shall arrive on site within eight hours. In the event of an emergency, the COR may issue a verbal order not to exceed the micro-purchase limit. A written confirmation will be provided within five days of the verbal order. 2.6 TRAINING The Contractor shall provide, with the annual preventive maintenance, a minimum of one hour of training for SSA staff. Training shall be specific for each model of UPS and shall include: How to recognize normal operation and fault conditions. How to place the UPS in bypass and back to normal operation. What to do during typical fault and emergency conditions. When to call for technical assistance. The North American Industry Classification System (NAICS) code is 811310 and the size standard is $7.5m. Interested firms with the capability of providing the requirement, per applicable subcontracting rule limitations (e.g., those in FAR 52.219-3 and 52.219-14), shall submit capability statements that demonstrate their expertise in the above-described areas in sufficient detail, including any other specific and relevant information, so the Government can determine the firm ™s experience and capability to provide the requirements. Failure to demonstrate the capability of providing the requirement in response to this market survey may affect the Government ™s review of the industry ™s ability to perform or provide these requirements. In addition to capability statements, firms must include this information in their responses: (1) organization name, address, email address of a point of contact who can verify the demonstrated capabilities, website address, and telephone number; (2) size and type of ownership/or company structure and socioeconomic designation for the organization [i.e. small business, small disadvantaged business, 8(a), etc.]; (3) vendor ™s business experience; and (4) state if/if not registered in System for Award Management (SAM). Vendors must send written responses by April 10, 2018 to Terry Crowley, Contract Specialist at terry.crowley@ssa.gov. NO TELEPHONE CALLS PLEASE. Contracting Office Address: Richard Bolling Federal Building 601 E. 12th Street, 10th Floor, Post B-8 Kansas City, MO 64106 Place of Performance: Frank Hagel Federal Building 1221 Nevin Ave., Richmond, CA 94801 Primary Point of Contact: Terry Crowley Terry.crowley@ssa.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/28321318RI0000038/listing.html)
- Record
- SN04870474-W 20180330/180328231938-7fc892e4bb74f026d6aa467858707da2 (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 |