Rhode Island Bids > Bid Detail

Inspect, test, service, and maintain the UPS system

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159917257480913
Posted Date: Nov 6, 2023
Due Date: Nov 8, 2023
Source: https://sam.gov/opp/4ac4614bb7...
Follow
Inspect, test, service, and maintain the UPS system
Active
Contract Opportunity
Notice ID
N6660424Q0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA WARFARE CENTER
Office
NUWC DIV NEWPORT
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 06, 2023 08:48 am EST
  • Original Published Date: Oct 31, 2023 08:07 am EDT
  • Updated Date Offers Due: Nov 08, 2023 11:00 am EST
  • Original Date Offers Due: Nov 06, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Nov 23, 2023
  • Original Inactive Date: Nov 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J035 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SERVICE AND TRADE EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Newport , RI 02841
    USA
Description

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 –Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation will be posted for less than fifteen (15) days in accordance with FAR 5.203(a)(2).



Request for Quote (RFQ) number is N6660424Q0017. The requirement is to inspect, test, service, and maintain the UPS system in Newport, RI 02841 according to the Statement of Work (SOW) in Technical Requirements Section 4.0.



NUWCDIVNPT intends to award a Firm Fixed Price (FFP) purchase order for the following to include delivery FOB Destination:



CLIN 0001 Inspect, test, service, and maintain the UPS system.



Eaton Uninterruptible Power Supply (UPS) Model # 9395-275-275-CA,



Serial # EG382BAA03



Base Period of Performance: 09 November 2023 to 08 November 2024





CLIN 0002 Inspect, test, service, and maintain the UPS system.



Eaton Uninterruptible Power Supply (UPS) Model # 9395-275-275-CA,



Serial # EG382BAA03



Option 1 Period of Performance: 09 November 2024 to 08 November 2025





CLIN 0003 Inspect, test, service, and maintain the UPS system.



Eaton Uninterruptible Power Supply (UPS) Model # 9395-275-275-CA,



Serial # EG382BAA03



Option 2 Period of Performance: 09 November 2025 to 08 November 2026





CLIN 0004 Inspect, test, service, and maintain the UPS system.



Eaton Uninterruptible Power Supply (UPS) Model # 9395-275-275-CA,



Serial # EG382BAA03



Option 3 Period of Performance: 09 November 2026 to 08 November 2027





CLIN 0005 Inspect, test, service, and maintain the UPS system.



Eaton Uninterruptible Power Supply (UPS) Model # 9395-275-275-CA,



Serial # EG382BAA03



Option 4 Period of Performance: 09 November 2027 to 08 November 2028





In order to be considered technically acceptable, items must meet the requirements of the specifications detailed above. Offerors shall include price, shipping costs, and the following additional information with the submissions: point of contact (including phone number and email address), Offeror CAGE, Offeror DUNS number, and shall include a validity date of no less than 60 days from due date for receipt of offers.



This procurement is being competed as 100% Small Business Set Aside as concurred with by the NUWCDIVNPT Office of Small Business Programs (OSBP). The North American Industry Classification System (NAICS) code is 811210, and the Small Business Size Standard is $34.0 Million.



Incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular (FAC).



Offerors shall complete attached FAR provision 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment and include signed as part of the quote.



The following clauses and provisions apply to this solicitation:



- FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016)



- FAR 52.212-1, Instructions to Offerors--Commercial Products and Commercial Services



- FAR 52.212-2, Evaluation – Commercial Items;



- FAR 52.212-3, Offeror Representations and Certifications – Commercial Items;



- FAR 52.212-3 ALT 1 – Offeror Representations and Certifications – Commercial Items Alternate 1



- FAR 52.212-4, Contract Terms and Conditions--Commercial Items;



- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; The additional following FAR clauses cited in 52.212-5 are applicable to the



--52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020)



-- 52.219-28, Post Award Small Business Program Representation (Sep 2021);



-- 52.222-3, Convict Labor (June 2003);



-- 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Jan 2020)(Deviation 2020- O0019);



-- 52.222-21, Prohibition of Segregated Facilities (Apr 2015)



-- 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246);



-- 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020);



-- 52.222-50, Combating Trafficking in Persons (Nov 2021);



-- 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Jun 2020);



-- 52.225-13, Restrictions on Certain Foreign Purchases (June 2008).



DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls, 252.204- 7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information, 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support, 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services apply to this solicitation.



Full text of incorporated FAR/DFARS clauses and provisions are may be accessed electronically at https://acquisition.gov/far/ and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.



The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause.



This solicitation requires an active registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.



Quotes shall be submitted electronically to jennifer.m.vatousiou.civ@us.navy.mil and must be received on or before Wednesday, 06 November 2023 at 11:00 AM Eastern Standard Time (EST). Quotes received after this date and time are late and may not be considered for award. For questions pertaining to this acquisition, please contact Jennifer Vatousiou at jennifer.m.vatousiou.civ@us.navy.mil.





STATEMENT OF WORK (SOW)



B1246 UPS Preventive Maintenance








  1. Background





An Eaton Uninterruptible Power Supply (UPS) Model # 9395-275-275-CA, Serial # EG382BAA03, provides temporary battery power to the Code 85 Weapons Analysis Facility (WAF) Labs.





1.1 Places of Performance



Naval Undersea Warfare Center Division, Newport, RI (NUWCDIVNPT)





1.2 Authorized Users



NUWCDIVNPT, Code 10, 85





1.3 Sponsors



NUWCDIVNPT





1.4 Types of Funding



Overhead






  1. Scope





The contract will support the Mission Critical function at NUWCDIVNPT, the Code 85 WAF



Labs. The contractor will inspect, test, service, and maintain the UPS system.





2.1 Program or Systems Supported



This contract will support the NUWCDIVNPT Code 85 Weapons Analysis Facility (WAF) Labs in Building 1346.






  1. Applicable Documents





The contractor shall perform the tasking required in Section 4.0 in accordance with (IAW) the below Applicable Documents (ADs).







NUMBER



TITLE



REVISION/



DATE



APPLICABLE SOW TASK



3.1



DoD Issuances Not Applicable







3.2



Navy Issuances Not Applicable







3.3



Industry Standards











Eaton Power Expert 9395 UPS 225-275 kVA Installation and Operation Manual





ALL







Eaton 9395 Maintenance Bypass Module 275 kVA and 550 kVA Installation and Operation Manual





ALL







Eaton 9395 Integrated Battery Cabinet (Model 1085 and 1085HR) Installation Manual







ALL






  1. Technical Requirements





The Government shall be responsible for any replacement parts, including battery replacement, identified during preventive maintenance inspections. This UPS is equipped with maintenance bypass mode, which in most circumstances obviates the need for power shutdowns. In the event that electrical power needs to be secured, NUWCDIVNPT Code 1021 will arrange with Building 1346 WAF Lab personnel to secure power to the UPS. Power shutdowns need to be scheduled at least three days in advance.





4.1 Semi-annual preventive maintenance inspections:





Using Eaton factory certified technicians, the Contractor shall perform the following preventive



maintenance tasks:





4.1.1 Inspect room conditions to verify the UPS system environment is within manufacturer’s recommended operating conditions, including room temperature, air flow, and dust and dirt contamination.





4.1.2 Replace air filters as required. If an air filter is still usable, the air filter shall be cleaned.





4.1.3 Visually inspect all UPS system components to verify they are functioning properly.





4.1.4 Inspect all cable and wire terminations. Repair any loose or corroded terminations.





4.1.5 Install Eaton firmware upgrades, when issued by the manufacturer.





4.1.6 Review system history on graphical user interface.





4.1.7 Using contractor supplied metering equipment, measure charger output current and voltage, AC ripple voltage, open cell and jar voltage, float cell and jar voltage, internal resistance and impedance, inter-cell connection resistances, ambient temperature, negative terminal temperature, specific gravity of flooded cells. Make any adjustments to verify units are functioning properly.





4.1.8 Perform load test.





4.1.9 Inspect battery monitoring equipment.





4.1.10 Inspect batteries for cracks, leaks, swelling, or terminal corrosion. Clean as necessary. Re-torque connections as necessary.





4.1.11 The contractor shall provide Semi-annual preventive maintenance Inspection Reports in accordance with CDRL A001, which identify the results of each PM inspection. For each PM visit, provide the following: date of inspection; PM item performed; measurements recorded; check whether Pass or Fail; any comments which pertain to additional recommended service. Reports shall be typed and in electronic format, e.g., pdf.





4.1.12 The contractor shall provide estimates in accordance with CDRL A002, for any follow-on repairs identified during semi-annual PM inspections. Estimates will include an itemized list of parts and number of labor hours.





4.2 Service Calls



The contractor shall respond to requests for service stemming from any system alarms or any other indications of trouble. Typically, a site visit will be necessary for proper diagnosis. Upon diagnosis, the contractor shall:





4.2.1 Provide repair estimates in accordance with CDRL A002. Estimates will include an itemized list of parts and number of labor hours. Any additional repairs needed, in excess of preventative maintenance will be issued using a separate contract.





4.2.2 Provide written service reports in accordance with CDRL A003.





4.3.1 The contractor shall ensure that their personnel have current visit requests on file with NUWCDIVNPT Visitor Control and with the Naval Station Newport Pass and Identification (ID) Office. NUWCDIVNPT Facilities will escort the contractor while on base.






  1. Progress Reports





Deliverable: CDRL A001 – Preventive Maintenance Service Report





Deliverable: CDRL A002 – Estimate/Quote for Service





Deliverable: CDRL A003 – Service/Repair Report





No training is required.






  1. Government Furnished Information





Not applicable. Eaton installation and operation manuals will be made available to the contractor upon request, however, they are not required to meet technical requirements in Section 4.0.






  1. Government Furnished Property





Not applicable.






  1. Quality Surveillance and Performance Standards





Not applicable.






  1. Information and Communication Technology (ICT) Accessibility Requirements





Not applicable.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 1176 HOWELL ST
  • NEWPORT , RI 02841-1703
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >