Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 8,2000 PSA#2659

Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107

61 -- UNINTERRUPTED POWER SOURCE BATTERIES SOL Reference-Number-F2J66300800100 DUE 082500 POC Jeffrey Kasza, Contract Specialist, Phone 402-294-6156, Fax 402-294-7280, Email jeffrey.kasza@offutt.af.mil WEB: Visit this URL for the latest information about this, http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Number-F2J66300800100&LocID=601. E-MAIL: Jeffrey Kasza, jeffrey.kasza@offutt.af.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations document subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Purchase Requisition Number F2J66300800100 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This is a total small business set-aside. The standard industrial classification code is: 1731, the small business size standard is: 7M. CLIN 0001: The contractor is required to procure, deliver and install new Uninterrupted Power Source (UPS) batteries in Rm 207, Offutt AFB NE. Old UPS batteries will be removed and recycled. The installation and removal schedule for the UPS batteries is on or about 4 Dec 00 through 21 Dec 00. The existing batteries consists of 3 strings of 183-GNB ABSOLYTE, Type 3-75A17 sealed lead acid batteries in modular steel racks. Install 3-new strings of EQUAL OR GREATER CAPACITY, AND LIFE EXPECTANCY (20 YEAR) SEALED LEAD-ACID BATTERIES in open rack configuration, or the Contractor may, at his discretion, reuse existing modular racks, replacing covers with new full height covers for each stack. The UPS, which the batteries support, is a Liebert PPD, 3 module (1 module redundant), 150kva, 480/480v system. The design load will be 300kva for 30 minutes. The work described above is to be accomplished with 2 modules of the UPS, and their associated batteries on line at all times. All work must be accomplished in accordance with the following Standards: i. 1999 National Electric Code ii. IEEE Standard 450-Large Battery Installation and Maintenance iii.Handling of Hazardous Materials 40, Code of Federal Regulations 261.6, para (a)(2)(v), recycling of Lead Acid Batteries. In addition, there is an OPALPORT individual cell battery monitor installed on the existing battery system. This is to be removed and reinstalled on the new battery system. (DATA POWER TECHNOLOGY is the distributor and local Service Company for this system) IT IS STRONGLY RECOMMNDED THAT ANY PROSPECTIVE CONTRACTOR ATTENDS THE SCHEDULED SITE VISIT. PLEASE REGISTER WITH MR. JOE NEUMANN AT (402) 294-4684. A SITE VISIT IS SCHEDULED TO BE HELD ON: 18 AUGUST 00 AT 0900 HRS, AT: USSTRATCOM, BUILDING 500, 901 SAC BLVD, THEATHR ENTRANCE. BENEFITS OF ATTENDING SITE VISIT: (1)TO FAMILIZERIZE POTENTIAL CONTRACTORS OF FACILITY LAYOUT. (2)SITE SCAN FOR DISCONNECT OF OLD BATTERIES AND RECONNECT OF NEW BATTERIES. (3)VISUAL LAYOUT OF HOW OLD BATTERIES AND NEW BATTERIES ARE TO BE REMOVED REINSTALLED AND DELIVERED (ACCESS TO AND FROM FACILITY) No partial quotes will be considered. No substitutes will be allowed. The Government reserves the right to make one award or split the award, which ever is determined to be in the best interest of the Government. The provision at FAR 52.212-1, Instruction to Offerors _ Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation_Commercial Items, applies to this acquisition. Award will be based upon low price. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification _ Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions_Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders_Commercial Items, applies to this acquisition. Additionally, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.222-3, Convict Labor (E.O. 11755). FAR 52.233-3, Protest After Award (31 U.S.C. 3553). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-26, Equal Opportunity (E.O. 11246). FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). FAR 52.225-3 Alternate I, Buy American Act _ North American Free Trade Agreement-Israeli Trade Act _ Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). FAR 52.225-16, Sanctioned European Union Country Services (E.O. 12849). FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following DFARS clauses also apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (MAR 2000). Offers are due by 12:00 PM, 25 August 2000. Quotes must be valid for 30 days, and should be submitted in writing to: 55 CONS/LGCZ, ATTN: Sharon Boren, 101 Washington Square, Bldg 40, Offutt AFB, NE 68113-2107, or you may send a fax to number (402) 294-7280. Address any questions to Sharon Boren at the above address or call (402) 294-9498 or e-mail to sharon.boren@offutt.af.mil. Posted 08/04/00 (D-SN482557). (0217)

Loren Data Corp. http://www.ld.com (SYN# 0255 20000808\61-0001.SOL)

61 - Electric Wire and Power and Distribution Equipment Index  |  Issue Index |


Created on August 5, 2000 by Loren Data Corp. -- info@ld.com