Federal Bid

Last Updated on 30 Sep 2008 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

APC Racks, APC Symmetra UPS, related components, APC Battery Module and Power Module

Solicitation ID FDA-SOL-08-00985
Posted Date 14 Sep 2008 at 8 PM
Archive Date 30 Sep 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Office Of Acquisitions And Grants Services - Jefferson
Agency Department Of Health And Human Services
Location United states
The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 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. The solicitation number is FDA-SOL-08-00985. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, June 12, 2008. The associated North American Industry Classification System (NAICS) Code is 423430 – Computer and Computer Peripheral Equipment and Software Merchant Wholesalers, Size Standard 100 Employees. The Food and Drug Administration is soliciting for the following: Scheduled items are for two APC Racks, APC Symmetra UPS, related components, APC Battery Module for Symmetra PX MFG, and APC Symmetra PX 10 W Power Module QUANTITY PART NUMBER DESCRIPTION 1 SY30K80F Symmetra PX 30kW Scalable to 80kW N+1 with Premium RX Battery Enclosure, 208V 1 SYPM10KF Symmetra PX 10W Power Module, 208V 5 SYBT4 Battery Module for Symmetra PX or Smart-UPS VT 1 PSX-PDU120V 120 V Type PDU 1 Electrical System 120V 1 0G-PD80G6FK1-M2 PDU 80KW 480V IN MBP ISO TRANS DUAL FEED 1 DISTRIBUTION BREAKERS 120 TYPE & AMP OF DISTRIBUTION CKT BRKS 1 0M-4264 3-POLE, 20A BOLT-ON SQUARE D BREAKER 4 0M-2299 S/A CKT BRKR 2P 30A 10K UL 19 0M-0218 S/A BLANK PNL 1P CKTBRK NAM PSX-PDU 4 0M-6866 S/A TESTED 3P 50A CKT BRKR 120/240 UL 1 DISTRIBUTION CORDSETS 120V OVERHEAD DISTRIBUTION CORDSETS 1 0M-5350-011 TC 5WIRE W/L21-20 11 FOOT 4 0M-5359-015 TC 3WIRE W/L6-30 15 FOOT 2 0M-5886-011 CORDSET #6 50A 250V 3P-4W 11 FT 2 0M-5886-013 CORDSET #6 50A 250V 3P-4W 13 FT 1 INSTRUMENTATION 12O V INSTRUMENTATION OPTIONS 2 0M-0217 BRANCH CURRENT MONITORING 21 POLE 1 OPTIONS & ACCESSORIES 120V OPTIONS AND ACCESSORIES 1 0T-0117 KIT LABEL 80K NAM PDH DUAL FEED W/ SUBFEED 1 0M-2600 LOAD TEST PORT 80KW PSX-PDU 120 V 1 0G-ISX-B-UM-80 GEN ISX 80K TYPE B USERS MANUAL 4 0M-5472 KIT 500MCM LUG 3 0M-5473 KIT I/O FLEX LUG 1 0M-5683 S/A 80K PDU MCCB SUBFEED 225A 1 RACK COLOR RACK COLOR 1 0M-2601 KIT 80KW PSX-PDU BLACK EXTERIOR 2 AR3100 NetShelter SX 42U 600mm Wide x 1070mm Deep Enclosure 1 AP7863 Rack PDU, Metered, Zero U, 5.7kW, 120 & 208V,(21)5-20&(6)L6-20 4 AP7868 Rack PDU, Metered, Zero U, 12.5kW, 208V,(30)C13,(6)C19; 3’Cord 10 AP9870 Pwr Cord, 10A. 100-230V, C13 to C14 3 AR8136BLK 1U 19” Black Modular Tooless Airflow Management Blanking Panel Qty 10 2 AR8442 Vertical Cable Organizer, 8 Cable Rings, Zero U (Qty. 1) 1 AP9887 Pwr Cord, 16A, 100-230V, C19 to C20 6 AP9877 Pwr Cord, 16A, 100-230V, C19 to C20 4 AR8161ABLK Power Cable Trough, NetShelter, 600m Wide 1 AR8178BLK Power Cable Trough, InfraStruXure PDU, 750mm Wide 4 AR8162BLK Data Cable Partition, NetShelter, 600mm Wide 4 AR8163ABLK Data Cable Partition, NetShelter, 600mm Wide 1 AR8182BLK Data Cable Partition, InfraStruXure PDU, 750mm Wide 1 AR8183BLK Shielding Partition w/ Pass-through 750mm wide Black for 80K InfraStruXure PDU 1 SYBTR APC Battery Module for Symmetra PX MFG PN SYBT4 1 SYPM10KF APC Symmetra PX 10KW Power Module MFG PN SYPM10KF FOB Point Destination An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. FOB Point Destination. The Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079-9502. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability of the service offered to meet the Government’s requirement, Past Performance, and Price. Technical and Past Performance, when combined are significantly more important when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the service offered meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Offerors shall include descriptive material, literature, brochures and other information, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. Past Performance information to include recent and relevant contracts for the same or similar items (including contract numbers, points of contact with telephone numbers and other relevant information). Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. CCR Requirement – Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail, e-mail or fax on or before September 15, 2008 by 3:00 pm (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration OC/OSS/OFFAS 3900 NCTR Road, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Barbara Arnold @ (870) 543-7483, FAX (870) 543-7990, email [email protected].
Bid Protests Not Available

Similar Past Bids

Artesia New mexico 19 Jul 2006 at 4 AM
Artesia New mexico 14 Jul 2006 at 4 AM
New york New york 01 Apr 2004 at 5 AM
Beltsville Maryland 05 Sep 2010 at 12 AM
Dahlgren Virginia 02 Apr 2003 at 5 AM

Similar Opportunities

Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Pennsylvania 09 Jul 2025 at 4 AM (estimated)
Bellingham Washington 08 Jul 2025 at 9 PM
Bellingham Washington 08 Jul 2025 at 9 PM