State Bid

Last Updated on 11 May 2024 at 3 AM
RFB
Juneau Alaska

RFB #24-302 - Purchase, Delivery, & Installation of Uninterruptible Power Supply (UPS) for, the City & Borough of Juneau (CBJ) Juneau Police Department (JPD)

Solicitation ID Not Specified
Posted Date Not Specified
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency City & Borough Of Juneau
Location Juneau Alaska United states
Point Of Contact Not Available
PREBID TELECONFERENCE : A Prebid teleconference will be 5/20/2024 @10:00 a.m. AK Time. Provide notice of participation and submit questions via email to [email protected] a minimum of twenty-four (24) hours prior to the scheduled meeting. Interested Suppliers can call 907-713-2140, Participation ID Code 748914. NOTE: If no one signs up to attend the meeting will be CANCELLED. SUBMISSION INSTRUCTIONS : Timely responses are accepted via Electronic Submission * though the CBJ’s eProcurement Provider Public Purchase Late responses are not accepted. If you aren’t yet registered with you MUST complete registration to be able to respond to the bid. Complete the online registration at Public Purchase .Tips: Registration is a two-step process and may take up to 24 hours to complete.To submit your bid, complete the following: Access the solicitation online at Public Purchase and complete pricing for the line item listed. Public Purchase will automatically calculate the totals.Do not submit more than one pricing schedule. Download all required documents, fill out all fields indicated, sign and upload to Public Purchase. Upload only the documents provided. Complete Online acknowledgement of the CBJ Terms & Conditions (ATTACHMENT A) and Insurance Requirements (ATTACHMENT B). Contractors MUST acknowledge or acknowledge with exceptions. (Exceptions may not qualify for award.) CONTACT, QUESTIONS & ADDENDA : CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this procurement. No oral interpretations will be made. Submit any questions in writing, noting issuing Buyer and bid number. Requests MUST be received a minimum of five (5) business days prior to the bid deadline via email to [email protected] or the Public Purchase “Ask Questions” link or Fax to (907) 586-4561. Any changes to CBJ issued documents will be in the form of an addendum to the bid. Addenda are issued as promptly as is practical to all plan holders. All such addenda will become part of the bid. INTENT & PROJECT ADMINISTRATOR : This bid will result in the immediate Purchase, Delivery, and Installation of Uninterruptible Power Supply (UPS) as specified for the City and Borough of Juneau (CBJ), Juneau Police Department (JPD). The Contract Administrator for this contract will be Eric Meyer, Network Administrator for the Juneau Police Department or upon notification, an alternative assigned designee. PRICE & F.O.B. POINT : Bid price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Shipping costs MUST be imbedded into the unit price. F.O.B. destination is: Juneau Police Department Server Room or alternate location on 2 nd floor, 6255 Alaway Ave, Juneau, AK 99801, ATTN : Eric Meyer, JPD Network Administrator DELIVERY DATE : Delivery at the final destination is requested within (60) sixty calendar days after receipt of order (ARO). Indicate on the Bid Schedule Page , the number of calendar days required for delivery. ACCEPTANCE & RETURNS : The City reserves the sole and exclusive right to determine suitability of equipment offered. All goods or materials are subject to approval by the City. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the City or returned, will be at the Contractor's risk and expense QUANTITY : The City anticipates issuing a purchase order for the quantity listed. If additional quantities are needed CBJ may ask the Contractor to honor any pricing submitted for the duration of the current fiscal year. The City does not guarantee any minimum or maximum orders. CONFORMS/VARIES : Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page MUST be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsive. Note the following words provide parameters for what the city will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, MUST, Is required, Not acceptable, No substitute. CITY APPROVED EQUIVALENT : When a specific brand/model and the words “or Approved Equivalent” are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other brands/models. Consideration will be given to an equivalent, provided that the brand/model proposed is of the same general design and of equal substance, quality, function, and finish as the specified brand/model(s). If a bidder offers an equivalent, submit the Variance/Equivalent page with your bid and provide justification of how the brand/model offered meets or exceeds the quality or performance level of the brand/model specified. The City may request additional literature or information from the bidder. Information MUST be provided upon request. Failure of the bidder to provide requested Information within the specified time, or failure to justify the quality level of the brand/model offered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent. REFERENCES : If the City is considering an equivalent, the bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the City. MANUALS : One (1) shop repair manual and OEM Parts Manual or CD Rom will be furnished at time of delivery. FABRICATION : Materials used in the fabrication of this equipment MUST be free of damaging kinks and sharp bends. Forming of materials is to be accomplished by methods that will not cause injury to the material. Shearing, chipping, and cutting is to be neat and accurate. All major bends and corners MUST be made proficiently, ensuring uniformity of size and shape. REVIEW & ACKNOWLEDGEMENT of CBJ REQUIRED DOCUMENTS : Attached to this Bid are documents that are required for this project: GENERAL TERMS & CONDITIONS (ATTACHMENT A) and INSURANCE REQUIREMENTS (ATTACHMENT B) . CBJ strongly urges all responding Contractors to carefully review all of the required project attachments. The Awarded Contractor MUST comply with these requirements. AWARD : Award will be made by Total Bid to the lowest responsive, responsible bidder meeting all requirements. Approved equivalents products or equipment may require additional information prior to being approved for award. The CBJ is the sole judge on determination and acceptance of any equivalent products or equipment. In the event the primary Contractor cannot meet their obligation, the City will contract with the next available Contractor and will hold the original Contractor responsible for any incidental and consequential damages incurred. TECHNICAL SPECIFICATIONS : JPD is seeking a replacement for their Eaton ‘brand’ Uninterruptible Power Supply (UPS) that was installed in 2008. The following specification identifies an Eaton ‘Brand’ product; however, JPD would consider an alternative brand UPS that could meet or exceed the requirements and specifications. The specifications provided are those of the Eaton model that will meet JPD’s system needs. JPD reserves the sole and eudwuNDF 133 EU 546 0bR 1Y0D 5 x r6rhkQA 42 81185557 FWMOYw 09725 ewsHsHbdzxclusive right to judge or determine the suitability of any proposed alternative (equivalent) or variant ‘brand’ of equipment supplied. Contractors MUST supply any additional cutsheets, schematics, specification details, etc. that identifies how their equipment would meet of exceed all the required specifications of the Eaton ‘Brand’ product specified. CONTRACTOR MUST PROVIDE THE FOLLOWING ONE (1) UNINTERRUPTIBLE POWER SUPPLY(UPS): EATON ‘brand’ UPS: Model: 93PM UPS 20-200kW – Or Approved Equal –. Any supplied UPS MUST have the following : 480V in, 480V out (3 wire) System Voltage, 40kW Rated, 50kW Frame Capacity, Standard 97% Efficiency, Firmware expandable to 50kW, Sidecar Bypass Cabinet, MUST Include Power Xpert Gateway Card MUST Include 7x24 Startup, Contractor M UST provide appropriate batteries Acoustical noise: Noise generated by the UPS under normal operation shall not exceed 65dbA at one meter from any operator surface, measured at 25 degrees C (77 degrees F) and full load. MUST be able to isolate battery banks to ensure uptime during required maintenance. System will provide approximately 90 minutes of uptime at approximately 15kw (kva) Comparable product to the Eaton ‘brand’ or Predict Pulse which maintains a wireless remote monitoring that is installed during startup Equipment MUST have Temperature and environmental sensor with analog and networked (email) alarming. Equipment MUST have 24x7 alarm monitoring that can dispatch, report, and provide real-time access to health data for the UPS, Remote alarm monitoring will be monitored by Contractor (to be listed as optional item) System MUST have ability to email notifications to specified JPD/CBJ staff External audible or light alarm for monitoring by staff outside the server room UPS MUST have LTE cellular modem/router hardware capabilities, Contractor MUST have factory-authorized service representative in Juneau to supervise UPS installation, startup, preliminary testing, and adjustment and to participate in final tests and inspection. Additional products that MUST be supplied as part of this Bid include the following : Eaton brand’ 93PM UPS 480V in, 480V out (3 wire) 50kW UPS Frame Or Approved Equal –. Eaton ‘brand’ 93PM IBC-LW Battery Cabinet, 2/2 Cabinets/Strings Or Approved Equal –. Eaton ‘brand’ 480V 93PM PREDICT PULSE WIRELESS KIT Or Approved Equal Additional Commissioning & Training Service(s) Required: Contractor MUST provide a qualified on-site technician or representative who will assist with the installation and commissioning of the UPS and all components so that it will be fully and satisfactorily operational for use. NOTE: JPD will secure an electrical contractor to work on any portion of the installation that requires that line of work. JPD will coordinate with the awarded Contractor and electrician a timeline for that to take place. JPD requires the Contractor to provide JPD staff with overview and familiarity training including detailed operating instructions covering operation under both normal and abnormal conditions to facilitate trouble reporting. Dimensions & Redundancy for UPS. Maximum footprint size not to exceed 98.4” wide x 42” Deep x 74” Tall. UPS MUST connect to existing mechanical bypass switch or independently isolate if commercial power lost. If new mechanical bypass switch is necessary, Contractor MUST provide specifications for bypass system/switch. Contractor MUST provide an outline of system redundancy for the purposes of maintenance and unplanned outages. Warranty & Continued Maintenance for UPS. Contractor may provide pricing for on-going maintenance of the new UPS - Provide a cut sheet or quote if this is available. This will not be a factor in Award. Contractor MUST provide minimum of 1-year on-site warranty including parts and labor coverage with 24/7 remote troubleshooting assistance. On-site response when required MUST be within 72 hours Contractor may stage or store spare parts and replacement components at the Juneau Police Department site for ready access with JPD approval if required. If spare parts and replacement components are required outside the warranty period, costs MUST be included in maintenance or listed as optional. Contractor to provide optional 3 and 5-year extended warranty agreements and pricing MUST provide recommended annual maintenance schedule and pricing for parts and labor (batteries and annual preventative maintenance). Maintenance staff may be subject to fingerprint security clearance for unescorted access. Site visits and maintenance MUST be coordinated with JPD prior to work. A minimum of 1 weeks’ notice is required unless unusual situation. Documentation – Contractor MUST provide electronic documentation of steps performed, equipment replaced, etc. related to maintenance, warranty repairs, and other repairs in response to failures or preventative maintenance.uepmSMq RX r71 64760178 09OKZ wuOh bgfvydkV AAQxHgg z qUR 31 sxKFzO 129288466 4wOPzx D 70817 72821 582277344 8 OZ
Bid Protests Not Available