SPECIAL NOTICE
61 -- UPS Replacement
- Notice Date
- 7/17/2020 9:10:15 AM
- Notice Type
- Special Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
- ZIP Code
- 61299-5001
- Solicitation Number
- W912EK20P0098
- Response Due
- 7/21/2020 8:00:00 AM
- Archive Date
- 08/05/2020
- Point of Contact
- Beth Williams, Phone: 3097945333
- E-Mail Address
-
elizabeth.a.williams@usace.army.mil
(elizabeth.a.williams@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE), Rock Island District (MVR), intends to procure this requirement on a sole source basis in accordance with the statutory of 10 U.S.C. 2304(c)(1) as implemented by FAR 13.106-1(b)(1)(i), Purchases not exceeding the simplified acquisition threshold and only one source reasonably available. The USACE, MVR intends to award a commercial, firm fixed price purchase order to Nationwide Power Solutions, Inc., 1060 Mary Crest Rd, Henderson, NV, 89074-7818. The NAICS code for this procurement is�335999 with a size standard not to exceed 500 employees. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES and no solicitation will be issued; however, any SAM registered business�that believes it can meet the requirement may give written notification to the contract specialist (information provided below) by 21 July, 2020 at 10:00 M CST. Capability statements must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The USACE, MVR, will not reimburse for any costs connected with supplying sufficient detail to demonstrate the ability to comply with the requirement listed. In order to receive a government award, a firm must be registered in the System for Award Management Database (SAM) at www.beta.sam.gov. Firms must register on a one-time basis, and annually confirm accuracy and completeness of registration information. Questions and capability statements should be directed to Elizabeth Williams at 309-794-5333; email: Elizabeth.A.Williams@usace.army.mil� �REQUIREMENTS SUMMARY� The USACE,�Clock Tower Complex, seeks to procure a UPS replacement and maintenance bypass circuit. The requirement shall include�the�replacement of the existing uninterruptible power supply (UPS) with new UPS system and install a free standing maintenance bypass. The Contractor shall provide all�electrical work needed for a full and complete install.� The Contractor shall remove and install the UPS and maintenance bypass from Friday after 6:00 pm to Sunday 6:00 pm, with the completion date to be no later than 60 calendar days from�date of contract award.� Contractor shall adhere to all security measures and comply with the safety regulations of EM 385-1-4 2014 version for all on-site work at the Clock Tower Complex. UPS SYSTEM DESCRIPTION The performance of the UPS must not be degraded when operating without a system battery, provided the input AC source is within tolerance. Redundant System; Two or more UPS modules, of the same size, on-line, operating in parallel, with more capability than is required to support the total load. If any unit fails, the remaining unit or units is able to support the critical load. Provide an UPS system that conforms to UL 1778 Scalable Unit Internal Redundant. Internal Redundant: scalable unit consists of a UPS system module with more than one (1) power module. There is at least one additional power module that is not required to handle the load within the system. The additional power module or power modules can be sized to handle only part of the critical load or all the critical load. Provide an UPS that complies with and is labeled compliant, with FCC Part 15, Subclass B, Class A. Provide Communication card. Furnish the services of competent instructors to give full instruction to designated Government personnel in the adjustment, operation, and maintenance of the specified systems and equipment, including pertinent safety requirements as required. Drawings are to include the following: Detail drawings consisting of a complete list of equipment and materials, manufacturer's descriptive and technical literature, installation instructions, single-line diagrams, elevations, layout drawings, and details required to demonstrate that the system has been coordinated and will function properly as a unit. �MAINTENANCE BYPASS CIRCUIT Interlock: Electrically and mechanically interlock the switch (es) to prevent interrupting power to the load when switching to bypass mode. Key interlock requires unlocking bypass/isolating switch before switching from normal position with key that is released only when the UPS is bypassed by the static bypass transfer switch. Lock is designed specifically for mechanical and electrical component interlocking. Load Transfer: The maintenance bypass switch provides the capability of transferring the critical load from the UPS static bypass transfer switch to maintenance bypass and then back to the UPS static bypass transfer switch with no interruption to the critical load �ELECTRICAL WORK Receive and unload the new UPS equipment. Remove the existing cage and gate to facilitate removal and installation of the UPS equipment. Disconnect the existing conduits and wiring to the UPS/Bypass equipment. Remove the existing UPS equipment and install the new Bypass Panel. Bypass to be installed during this outage. Bypass Panel to be floor mounted in the approximate location of the existing UPS lineup. Install the two (2) UPS sections in the approximate location of the existing UPS equipment. Relocate the existing conduits and wiring to the new UPS lineup. Install the interconnecting assemblies between sections of the UPS equipment. The work to be coordinated with the owner's representative. All outages shall be performed on Sundays (double time). This will require two (2) outages to accomplish all the work. After the first outage the owner will have to operate on the bypass of the UPS unit until the second outage can be scheduled.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5b91524174a5446b9dc5210d5d88fa1a/view)
- Place of Performance
- Address: Rock Island, IL 61201, USA
- Zip Code: 61201
- Country: USA
- Zip Code: 61201
- Record
- SN05724562-F 20200719/200717230135 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |