Project - Veterans Affairs



FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 2010Nreplace ups system20006VA101V-16-Q-022405-02-201630N2335999Department of Veterans AffairsVeterans Benefits AdministrationOffice of Acquisition1800 G. Street N.W.Washington DC 20006Matt Keefematthew.keefe@918-781-7553VA Regional Office550 Foot Hill DriveSalt Lake City, UT84158USAmatthew.keefe@Contract OfficerSTATEMENT OF WORKVA Regional Office (341)550 Foot Hill DriveSalt Lake City, UT 84158Project Replace Uninterrupted Power System (UPS)Project Description The project scope will allow for replacement of our Uninterrupted Power Supply (UPS) system. Recently, a local servicing company determined our existing Liebert UPS system is outdated and in need of parts, which are either vary scarce or no longer available (Lierbert discontinued manufacturing these parts in 2003 and was unable to renew service contracts after March 2, 2013).Submittals The contractor shall submit for the Contracting Officer’s Representative’s (COR) consideration, manufacturer’s submittals, MSDS reports/sheets for all products used for completion of this scope of work. The contractor shall obtain and the Contracting Officer’s Representative shall approve all permits prior to the start of any work.Scope of Work A new UPS system must be purchased and installed in order to continue backup power supply for the Regional Office. Remove and properly dispose of old batteries and equipment per Federal, State and Local regulations. Below are the requirements to replace the existing 30KVA UPS with new Single Module UPS System: Liebert eXM Single Module UPS System each consisting of the following: One (1) 040: 40kVA/ 40kW Liebert eXM UPS, model 47SA040A2CM0J37, with the following features: ? System Input Voltage of 480V, 60Hz, 3 Phase, 3 wire plus ground ? System Output Voltage of 208/120V, 3 Phase, 4 wire plus ground ? 208V Native Output Voltage ? Single Input Configuration ? Internal Battery Breaker ? One (1) IntelliSlot Unity Dual Protocol Card; P/N: IS-UNITY-DP; Offers a web interface to monitor and configure the and Emerson Network Power proprietary protocols for use with Liebert Nform and Emerson Trellis. It allows you to select and configure two of the available third party protocols – SNMP, Modbus or BACnet for interfacing to Liebert SiteScan or Building Management Systems. ? Seismic anchor kits included for Liebert eXM Main Unit ? Transformer-Free Architecture - Efficiency up to 95.6% in double conversion mode ? Unity Power Factor Rating - Delivers more usable power per kVA ? Load Power Factor Support - Supports loads 0.5 lagging to unity without derating ? Energy Optimization Mode (Eco-Mode) ? 65kAIC Rating - Provides interrupting rating and labeling of 65kA at 208V ? Active Power Factor Corrected IGBT Input Converter ? PWM transistorized (IGBT) inverter ? Continuous Duty Static Bypass Switch ? Input Contacts - Dry contacts are available for functions including monitoring external breakers, on-generator signal, and other functions ? Output Contacts - Dry contacts are available for functions including a permissive signal to maintenance bypass SKRU, to trip external breakers, and other functions ? Generator Load Control - Suppresses battery charging reducing power demand by an external signal. Shifts unit from Eco Mode to double conversion (if applicable), and synchronizes the inverter output with the bypass ? Automatic retransfer - Provides return to inverter power after an overload ? DSP based controls - Provides digital control of power conversion and system operation ? Backlit LCD display - Monitors power conversion, UPS operation and utility conditions. Deviations are logged for troubleshooting ? Temperature-Compensated Charging/Battery Load Test ? Top-and-bottom-entry cable access ? Front only service access ? Local Emergency Power Off (EPO) ? LIFE? Services for the 1st year ? IP 20 enclosure ? Casters and leveling feet ? UL and cUL Listed to UL Standard 1778 4th Edition ? 9 min, 1 x Internal String of ENERSYS HX205-FR Batteries The solution includes One (1) Maintenance Bypass Matching Cabinet(s), model 47MBE37AC0R1321 with the following features: ? 3 Switching Devices (BIB,MBB,MIB) ? 175 Amp Breaker Trip Rating ? Key Interlock (SKRU) ? Cabinet Mounted Right Attached to Module ? 600 MM - 23.6 inches Frame Size ? One (1) 480V/ 208V Input Isolation Transformer Included ? Seismic Anchor Kits Included for Maintenance Bypass ? Front Access service design ? Input Voltage of 480V, 60Hz, 3 Phase, 3 wire plus ground ? Output Voltage of 208/120V, 3 Phase, 4 wire plus ground System Start-up Services Start-up includes one site trip by a LS customer engineer after the UPS has been installed. The site trip includes the following services for one UPS module: non-powered inspection, UPS electrical and operational checkout, full parts and labor for any remedial work required on the UPS or battery cabinets, and customer operation training. Start-up also includes remedial onsite labor, parts, and travel for the full one-year warranty period. ? Startup 24x7 is scheduled at the customers designated time ? MBC/BDC/Wallmount Panel Startup is included Construction RequirementsContractor shall furnish all material, labor, tools, equipment, facilities, transportation and supervision necessary to complete work as detailed in design drawings/site tour, specifications, and the above-described scope of work. All work shall be completed in accordance with all local, state, and Federal codes and requirements, where requirements vary, contractor shall adhere to the more stringent requirements. WarrantyAll construction work shall be under warranty for a period of one (1) year from the date of completion. All work will be performed after hours. All change orders must be in writing and approved by the Contracting Officer.Period of PerformanceThe contractor shall complete all work under the contractor within 45 calendar days from the issuance of the Notice To Proceed.Contracting Officer’s Representatives (COR)The Contracting Officer’s Representatives for this project is Mark Roberts, Support Services Supervisor. Type of Contract The Government contemplates award of a Firm-Fixed Price contract resulting from this solicitation.Contents of ProposalThe Contractor shall furnish a detailed price proposal that includes the Material and Labor costs for each element of work to be completed including (Loan Guaranty, Veterans Service Center, and Vocational Rehabilitation and Employment). The proposal shall show the individual cost for Material and Labor Overhead as well as G&A Overhead and Profit.PROGRESS SCHEDULES AND REPORTSThe contractor is required to submit a detailed progress schedule for this contract.SUPERINTENDENCEThe contractor shall, at all times and while work is being performed under this contractor, provide supervision and superintendence of workers under this contract. The contractor shall also provide superintendence of all prime and subcontractor work performed, regardless of whether or not the subcontractor is providing his or her own superintendence.CHANGES TO STATEMENT OF WORKAny changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.CONFIDENTIALITY AND NON-DISCLOSUREThe preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the Contracting Officer at the conclusion of the task order.The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. The contractor shall release no information. Any request for information relating to this task order presented to the contractor shall be submitted to the Contracting Officer for response.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the Contracting Officer. INVOICING INSTRUCTIONSThe Contractor shall submit an original invoice to the address designated below to receive invoices. Invoices shall be submitted in accordance with FAR 52.232-5, Payments Under Fixed Price Construction Contracts.Address/POC to direct payment to: va regional office (341/24)590 Foothill DrivePO Box 581900Salt Lake City, UT 84158Name and address of the Contractor;Invoice date and contractor unique invoice number;Contract number, task order number, contract line item number, and referral order number. Name, title, and phone number of person to be notified in event of defective invoice. Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. § 3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment;Only invoices for services rendered in accordance with this contract may be submitted for payment;Payment are not allowable and must be repaid to the VA if invoiced services are duplicate billings, not received by veterans and/or do meet the requirements under the contract. Failure to meet requirements include such issues as not meeting performance standards, not fully completing services specified in issued task orders, not submitting documentation of services related to VA-accepted deliverables under the contract, or for services which cannot be confirmed as appropriate by Veterans; ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download