Maryland Bids > Bid Detail

Service Life Extension for Eaton 9390 uninterruptable power supply (UPS)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159814893436910
Posted Date: Jul 26, 2023
Due Date: Aug 4, 2023
Solicitation No: 75N95023Q00306
Source: https://sam.gov/opp/46bbc529b5...
Follow
Service Life Extension for Eaton 9390 uninterruptable power supply (UPS)
Active
Contract Opportunity
Notice ID
75N95023Q00306
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 26, 2023 04:16 pm EDT
  • Original Published Date: Jul 21, 2023 04:55 pm EDT
  • Updated Date Offers Due: Aug 04, 2023 11:00 am EDT
  • Original Date Offers Due: Aug 04, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 19, 2023
  • Original Inactive Date: Aug 19, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6150 - MISCELLANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 335312 - Motor and Generator Manufacturing
  • Place of Performance:
    Baltimore , MD 21224
    USA
Description View Changes

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.



(ii) The solicitation number is 75N95023Q00306 and the solicitation is issued as a request for quotation (RFQ).



This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04, with effective date June 2, 2023.



(iv) The associated NAICS code 335312 - Motor and Generator Manufacturing and the small business size standard is 1,250 employees. This requirement is Brand Name or Equal, full and open competition.



(v) This requirement is for the following: Service Life Extension for Eaton 9390 uninterruptable power supply (UPS)



Background: The Eaton 9390 Uninterruptable Power Supply (UPS) is nearing its service end-of-life, after which it can no longer be covered under a service contract. This equipment must be kept in good working order so that the MRI and NMR instruments can run reliably, supporting ongoing research projects.



Purpose and Objectives: The Eaton 9390 uninterruptable power supply (UPS) provides electrical power for the National Institute on Aging’s (NIA) 7T/30 and 9.4T/30 cm MRI scanners and 400 MHz NMR instrument. The UPS will reach its service end-of-life on 12/31/2026. To maximize reliability while saving cost and downtime, the NIA requires an overhaul that will extend the period in which the UPS can be maintained under a service contract for ten years.



(vi) Salient characteristics:



Contractor must be authorized by Eaton to perform service on this equipment and have direct access to the parts, software and expertise needed to execute the above overhaul.



Contractor shall perform UPS overhaul with Eaton brand name (or equal) parts as follows:




  1. Contractor shall place UPS in maintenance bypass mode to minimize disruption to existing MRI and NMR operations.

  2. Contractor will update existing UPS components, to include:

    1. Replacement of all Power Modules

    2. Replacement of Power Supplies

    3. Replacement of Control Boards

    4. Replacement of Interface Boards

    5. Replacement of Terminal Blocks

    6. Inspection and cleaning of contactors as appropriate

    7. Cleaning of all other electrical components as necessary

    8. Updating of UPS firmware

    9. Calibrate UPS per Eaton Field Service Manual

    10. UPS Function Testing



  3. Service shall include a one-year parts and labor warranty



The Eaton 9390 UPS is model number 9390-100-120, serial number EG082CAC09. It’s attached to an Eaton battery cabinet with model number PWHR12120W3FR and serial number 220721K62.



Reporting Requirements:

Following this work, the Contractor shall provide a written report on the service performed to the Government point of contact within one week of completing the visit. This report may be delivered either on paper or via E-mail or internet download.



(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 90 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be NIH Biomedical Research Center, 251 Bayview Blvd., Baltimore, MD 21224.



(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far

https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of provision)



The following provisions apply to this acquisition and are incorporated by reference:




  • FAR 52.204-7, System for Award Management (Oct 2018)

  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)

  • FAR 52.211-6, Brand Name or Equal (Aug 1999)

  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2023)

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022)

  • FAR 52.225-2, Buy American Certificate (Feb 2021)

  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)



The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:



https://www.acquisition.gov/browse/index/far

https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of clause)

The following clauses apply to this acquisition and are incorporated by reference:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Dec 2022). Addendum to this FAR clause applies to this acquisition and is attached.

  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)



The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.




  • FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

  • FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (June 2023)

  • NIH Invoice and Payment Provisions



(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



a. Technical capability of the item offered to meet the Government requirement;

b. Price; and

c. Past performance [see FAR 13.106-2(b)(3)].



Technical and past performance, when combined, are (1) significantly more important than cost or price



A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.



(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



(xiv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.



Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.



The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.



All quotations must be received by 11:00 A.M. Eastern, on August 4, 2023, and reference Solicitation Number 75N95023Q00306. Responses must be submitted electronically to Hashim Dasti, Contract Specialist, at hashim.dasti@nih.gov and Karen Mahon, Contracting Officer, at karen.mahon@nih.gov.



Fax responses will not be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • 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 >