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
|
|
|