|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154GSA/FTS/6TS-A, 1500 E. Bannister Road, Kansas City, MO 64131-3088 70 -- GENERAL-PURPOSE AUTOMATED DATA PROCESSING EQUIPMENT (INCLUDING
FIRMWARE), SOFTWARE, SUPPLIES, AND SUPPORT EQUIPMENT SOL
6TSA-98-CSC-0181 DUE 081298 POC Point of Contact -- CONTACT SUE CUMPTON
BY FAX (816)823-3322 This is a combined synopsis/solicitation for
commercial items prepared in accordance with the format in Federal
Acquisition Regulations document (FAR) subpart 12.6, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation: quotations are being requested and
A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number
6TSA-98-CSC-0181 is being issued as a request for proposals (RFP). The
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular (FAC) 90-38. CLIN
1. Purchase of Exide 2DX-31 (182 cells) batteries (Emerson 750KVA).
CLIN 2. Shipment of batteries, approximately 60K lbs. CLIN 3. Removal
& disposal of existing batteries with certification. CLIN 4.
Installation and certification (IEEE). Provide all personnel,
equipment, tools, materials, supervision, supplies, replacement parts
and other items and services necessary to perform on-site removal and
disposal of existing battery string and installation of full string of
stationary batteries for use with Exide, model 3600ES (Emerson
750KVA), 750 kva parallel redundant uninterruptible power supply (UPS)
system. Batteries and equipment located at Naval Station Jacksonville,
FL. Provide batteries, labor and parts to ensure batteries will provide
operational capabilities in compliance with specification of UPS system
(OEM) satisfactory performance levels for battery string voltage and
cycle specification. Controlled access -- contractor personnel must
sign in and out and wear visitor's badge and recognizable clothing.
Maintenance technicians and designated points of contact must read,
write, speak and understand English. Types of services: Removal of Lead
Acid (Flooded) cells. Full removal of 182 each, Excide, FX-31 batteries
from site and specified by OEM. Batteries will be removed and
palletized for transport by approved EPA vendor. Batteries and spilled
residue will be removed and transported to EPA approved recycling
plant. Within 10 days from battery pickup, contractor will submit to
Government, the proper disposal documentation. Installation of new
batteries: New batteries will be vented (flooded) type and suitable for
installation with existing battery rack. Contractor will be responsible
for furnishing all labor and materials for moving new wet cell
batteries from delivery trucks to battery storage room. Battery
terminals and bus connector bars shall be properly cleaned, coated with
anti-corrosion materials, assembled and bolted to torque values as
recommended by OEM. All batteries must be new and not brought from
storage location retained in storage for greater than 30 days. Valve
regulated flooded battery string is to be provided capable of
supporting Parallel Redundant 750 kva UPS system for no less than 20
minutes of backup at full load. Individual batteries may be configured
to have 2 cells per container. To prevent accident ignition of
hydrogen and oxygen gases each battery cell shall be fitted with flame
arrestor type vent as outlined in IEEE Standard 446-1995. A spill
containment system shall be designed with only new parts and materials
as recommended by containment manufacturer. Intercell connections and
string cabling: All battery intercell connections will be of lead in
accordance with OEM requirements. Cables to connect battery string to
battery collection bus and cables for connections between battery
string racks will be sized for use intended within requirements of
National Electric Code (NFPA 70/1996). Connectors for termination of
cables will be compression lugs in accordance with standards of the
trade. All cables are to be stranded copper with suitable insulation
and markings to show polarity. All material and parts removed from
existing location and packaging provided become property of contractor
and must be removed and disposed by appropriate means outside the
property of the Government. Equipment to be supported: Emerson
Electronics Uninterruptible Power Supply system consisting of one
module, rated for 750 kva, 3 phase, 480 volt, 60 hertz, output. UPS
Model 750 KVA non-redundant. UPS Module serial numbers: 10348/11268.
Time constraints: Removal of existing batteries and racks may begin 24
hours prior to delivery of replacement batteries. Completion and full
operational capability must be provided no later than 16 weeks after
award of contract including manufacturing and delivery time of
batteries. Liquidated damages may be assessed for late performance.
Contractor will provide for service technician from Liebert (Emerson)
Electronics on site for startup and as necessary to ensure UPS system
is functioning as required with battery string. Battery manufacturer
will conduct battery certification in accordance with IEEE standard 450
and will provide full acceptance certification for the stationary
battery system. Contractor will provide manufacturer's standard
warranty. Batteries are to be warranted minimum 10 years. Contractor
shall adhere to NFPA 70, National Electric Code (1996), OEM
installation specifications and governing local codes for battery
string installation. Normal working hours are 7:30 am to 4:00 pm Monday
-- Friday. Safety: in the battery room and during handling/testing of
batteries, all contractors shall wear safety clothing including, but no
limited to face shield, impermeable apron, and acid resistant boots and
gloves. Only insulated tools shall be used when working on battery
cells. Contractor shall provide chemical agent capable of naturalizing
electrolyte fluid to neutralize spill or boil over of electrolyte.
Partial bids will not be accepted. No substitutions will be allowed.
Offeror must provide proof of ability to deliver referenced
requirements. FOB Jacksonville, FL. The provision at FAR 52.212-1,
instructions to offerors, applies to this acquisition. Evaluation is
based on best value including cost, ability to meet requirements and
past performance. Offerors shall include a completed copy of the
provision at FAR 52.212-3, offeror representation and certification --
commercial items with its offer. The clause at FAR 52.212-4, contract
terms and conditions -- commercial items applies to this acquisition.
In addition to the guidance contained in FAR 52.212-4, contractors
shall submit proof of delivery with their invoices. Proof of delivery
may be in the form of a bill of lading or other shipping document
signed by the receiving office. Invoices received without proof of
delivery will not be accepted. The clause at FAR 52.212-5, contract
terms and conditions required to implement statutes or executive orders
-- commercial items applies to this acquisition. Offers are due by
close of business, August 12, 1998, at the address shown above Attn:
Sue Cumpton. Technical inquiries will be answered by the end user, CE1
Craig Hitt at 904-779-6095. Proposals should be submitted to Sue
Cumpton by fax at 816-823-3322. (AC0805007-04) Posted 08/05/98
(I-SN233299). (0217) Loren Data Corp. http://www.ld.com (SYN# 0423 19980807\70-0002.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|