Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7,1998 PSA#2154

GSA/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