Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

61 -- NAWCTSD Uninterruptible Power Supply Replacement; DRAFT RFP with Industry Day

Notice Date
5/19/2022 4:42:55 AM
 
Notice Type
Presolicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134022Q0007
 
Archive Date
06/06/2022
 
Point of Contact
Amber Lizotte, LCDR MIGUEL ESTRELLA
 
E-Mail Address
amber.m.lizotte.civ@us.navy.mil, miguel.d.estrella.mil@us.navy.mil
(amber.m.lizotte.civ@us.navy.mil, miguel.d.estrella.mil@us.navy.mil)
 
Description
Pre-Solicitation Industry Day, Site Visit, and Combined Synopsis/Solicitation This is a DRAFT combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the draft solicitation; quotes will be requested when the official combined synopsis/solicitation is issued, and a written combine/solicitation will not be issued. Combined synopsis/solicitation N6134022Q0007 will be �issued as a Request for Proposal (RFP) and incorporates the provisions and clauses in effect from regulations posted to https://www.acquisition.gov inclusive, but not limited to, Federal Acquisition Circular (FAC) 2022-06 published on 01 May 2022. The anticipated North American Industry Classification System (NAICS) Code for this requirement is 335999 (All Other Miscellaneous Electrical Equipment and Component Manufacturing) with a business size of 500 employees. The anticipated Product Service Code (PSC) for this procurement is 6150. This procurement will be awarded as a Total Small Business Set-Aside using the Simplified Acquisition Procedures (SAP) ��outlined in FAR Part 13. Naval Air Warfare Center Training Systems Division (NAWCTSD) in Orlando, Florida intends to issue a Firm Fixed Price (FFP) purchase order. No quotes are requested at this time. All information shall be furnished at no cost or obligation to the Government. Below is a description of the requirement: NAWCTSD, Aviation Support Contracts Department (Code GT25000), Orlando, FL has a requirement for the delivery, installation, and testing of an Uninterruptible Power Supply (UPS) to the Air Traffic Control (ATC) School located at the Naval Air Station (NAS) Pensacola, Florida. The current ATC power system is supported by one UPS unit that provides conditioned power to Device 15G30, Advanced Shipboard Air Traffic Control Training System (ASATS); Device 15G36, Fundamentals Lab; Device 15G34, Tower Simulator System (TSS); and Device 15G31, Shore based ATC Training System (SATS). The new single UPS system shall provide conditioned power and power back-up support to the same four systems. The UPS unit shall provide power conversion and conditioning as well as back-up power for trainer shut-down upon loss of building power. The UPS unit shall provide power to Devices 15G30 and 15G31 only (i.e. building lighting, HVAC, office equipment, etc. will not be connected to the UPS). The UPS shall be installed in the Computer Room of the ATC School. No forklift will be provided, so a truck with a lift gate is required for equipment delivery. The UPS shall convert 480V 3-phase power to 120/208V 3-phase power with a minimum capacity of 80 kVA and 64 KWatts. The UPS shall provide a minimum backup time of 15 minutes at 60 kVA.� The power supplied to the ATC School trainers shall be conditioned to remove noise and power spikes and surges. The UPS shall have a by-pass mode to allow for maintenance of the UPS unit without cutting power to the ATC trainers.� The UPS shall display the current UPS status on the UPS cabinet.� The UPS cabinet shall provide the capability to monitor battery status (charged, uncharged, good, failed, etc.) without having to take the batteries out of the UPS to check manually.� The UPS shall have the means to provide feedback to the ATC trainers on the state of the UPS and of the potential of loss of power. The UPS shall provide a means of battery monitoring.� The battery monitoring capability shall provide the ability to check the power status of the UPS and batteries (i.e. on ac power, ac power loss on battery, bypass mode, on battery time remaining 5 minutes to shutdown, etc.) from a remote location via a relay card (or other physical connection, aside from the use of Ethernet) to signal battery low to allow labs shutdown before complete power loss. The interface for remote battery monitoring shall allow the use of any platform (i.e. Windows/Linux/Mac).� The interface shall allow for monitoring from any number of remote stations. The existing connections to building power and the ATC trainers shall be relocated from the existing UPS unit to the new UPS unit.� The new UPS shall be installed in the ATC School Computer Room (Room 245); rerouting of the existing wiring will be required. The UPS shall have an EPO switch on the UPS unit.� The UPS shall have the capability to accept switch input from the EPO switches currently located in the Computer Room. The existing unit (EATON 9390 UPS, plus cabinet with 40 batteries), including any spares, shall be removed.� Disposal shall be IAW local salvage and EPA procedures.� The removed equipment shall be transported to the Defense Reclamation Material Office (DRMO) facility in Eglin Air Force Base.� Documentation of the proper disposal of the removed equipment shall be provided. All available Commercial-Off-The-Shelf (COTS) Documentation shall be provided to support the use and maintenance of the UPS.� Facility power drawings shall be provided.� The contractor shall provide updated facility power drawings to show the installation of the new UPS.� Documentation of the Battery Monitoring Interface shall be provided to support the monitoring of the battery status.� The installed UPS unit shall be tested, visually and functionally, to verify that the installed UPS meets the requirements set forth in this document.� The contractor shall have personnel available to address and correct any discrepancies found during testing. All new or modified facility work shall be subject to Government approval prior to any work being initiated.� The work shall meet state and local electrical codes including NFPA-70 requirements.� Approvals of all electrical work shall consist of the following: Designer-of-record Professional Engineer (PE) stamp on design drawings When wall penetrations will be made, Fire Protection Engineer (FPE) review and sign-off of design drawings to certify the plans meet all fire and safety codes Submission of design drawings to the Public Works Department and the building manager for review and approval, after they have been PE stamped After all work is completed, PE on-site inspection and approval of the work INDUSTRY DAY: The Government has planned an industry day (site visit) for potential industry partners. This visit will provide potential offerors a look at the UPS system, and provide an opportunity for an in-person question and answer session. The Government�s primary goal is to exchange information, to seek feedback from industry early in the acquisition process, and to address any questions or concerns participants may have. Interested vendors are not required to attend industry day to be eligible to submit an offer for this future requirement. INDUSTRY DAY DETAILS: Date: 02 June 2022 Time: 0900 - 1430 Central Time Zone Location: Air Traffic Control School Bldg 3220 Rm 267 (Conference Room) Pensacola, FL 32508 Requirements for getting on base: 2-3 person limit per company By 26 May 2022, please provide name of individuals and company name to Rick Cash via email at patrick.w.cash.civ@us.navy.mil, so it can be sent to local pass and tag office List of Contract Line Item Numbers, Items, Quantities and Units of Measure: TBD Dates and place of delivery and acceptance and FOB point: Delivery shall be made FOB destination to: NAS Pensacola Attention: Rick Cash 281 Farrar Rd Bldg 3220 ATC Pensacola, FL 32508 Note: Inspection and Acceptance will occur at delivery site and will be conducted by the Government. Delivery shall be within 60 days after contract award. The provision at FAR 52.212-2, Evaluation�Commercial Items, does not apply. All Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. Basis of Award: The Government will award a contract resulting from this solicitation, once the official RFP is released, to the responsible offeror based on the lowest priced technically acceptable (LPTA). For the purposes of this evaluation; technically acceptability is defined as: Meeting all item specifications Meeting delivery date Offeror must be registered in SAM with the correct NAICS code, at the time of proposal receipt of quotations. Note: The Government reserves the right to request additional information as it deems necessary. Such request shall be considered clarification. Also, all new entities registering in GSA�s System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an �Active� status as the government cannot award to an entity without an �Active� SAM registration. More information can be found at www.gsa.gov/samupdate.� Quote Submission Information: The provision at FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services applies to this acquisition and is augmented with the following. Quotes are not requested at this time, but will be requested when the official RFP is released. Responses shall include the solicitation number, name, address, and telephone number of the offeror. Proprietary data in the responses will be protected where so designated. Please fill out all applicable provisions and clauses. For information or questions regarding this draft RFP, contact the cognizant Contract Specialist, Amber Lizotte at amber.m.lizotte.civ@us.navy.mil or Bryan Walsh, Procuring Contracting Officer (PCO) at bryan.s.walsh2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7cbd0cd1e7504b57a331892e98a87ee4/view)
 
Place of Performance
Address: Pensacola, FL 32508, USA
Zip Code: 32508
Country: USA
 
Record
SN06332846-F 20220521/220519230101 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.