The RFP Database
New business relationships start here

Commercially Available Uninterruptable Power Supply (UPS)


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information
Commercially Available Uninterruptable Power Supply (UPS)
for use at National Automatic Identification System (NAIS) remote sites

RFI 70Z04419RFI000006



Disclaimer and Important Notes: This posting is a Request For Information (RFI) from interested vendors and is issued solely for informational and planning purposes. This posting is not a Request For Proposals (RFP) or a Request For Quotations (RFQ), and it is not a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this RFI. No basis for claim against the Government shall arise as a result from a response to this RFI or Government use of any information provided. Further, the Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses will assist the Government in determining the availability of potential solutions and commercial products in the market. At this time no solicitation exists; therefore, do not request a copy of the solicitation. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.


Requirement: The Department of Homeland Security, U.S. Coast Guard (USCG), Command, Control and Communications Engineering Center (C3CEN) requests information on commercially available Uninterruptable Power Supplies (UPS). The scope of this requirement is projected to impact approximately 134 NAIS sites. This UPS requirement will place the device at every NAIS Site, supporting Coast Guard missions throughout the continental United States, Alaska, Hawaii, Guam and Puerto Rico.


The system requirements for the UPS are detailed in the Specifications (Attachment 1). Specifications are being posted to allow prospective offers' to review and propose specific UPS models that will met those specifications.


The NAICS Code for this solicitation is 334220 Marine Radio Communications Equipment Manufacturing. Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/.


Submission of Information: Interested parties are encouraged to submit a response which supports the company's claim that it presently has a product that satisfies the requirements. If there are areas in the equipment requirements that your company can not meet, please identify those areas in your response along with the details of why it does not meet the requirements. The Coast Guard's requirement may be refined based on knowledge gained from RFI submissions. Specifically, any interested parties are requested to provide the following information:

1. Name of Company and DUNS number
2. Point of contact and phone number
3. Size of Business according to North American Industry Classification System
(NAICS) Code 334220.
4. Positive statement of your interest in this procurement as a prime contractor
5. Description of your product that might fill this requirement:


a. Do you have a proposed upgrade to existing devices and/or propose Form/Fit/Function next-generation devices? Is so what are the life cycles?
b. What is the expected Mean Time Between Failures (MTBF) for each component of your proposed solution?
c. Do you offer these products commercially? (Is this item under a current GSA Schedule or do you currently have a contract for this product/service with any other Federal Agency?)
d. Do you believe there is a better method of fulfilling this requirement? If so, provide an alternative solution.
e. Do you offer quantity or other discounts to your customers?
f. What are your warranty terms, if any? What is your standard warranty practice? Can you offer an innovative warranty approach that would cover the lag time from delivery and the actual installation of the components?
g. Provide information for any additional charges for special packing and packaging?
h. What is your average delivery lead time for this type of product?
i. Do you expect to offer a new product or service sometime in the future that might affect this requirement?
j. Do you provide spare part kits? (If so, can you identify the single points of failure and the price associated with these items)
k. Provide a list of any proprietary data/components or embedded components for this product or data associated with this item.
l. Existing technical documentation and brochures are welcome as attachments as well as product catalogs and price lists.
m. A "commented" version of the Specifications (Attachment 1) may be returned as an attachment.
n. Solutions/approaches not specifically conforming to the Coast Guard's current requirement may be submitted (i.e. Does your company have a better way of meeting our requirement?).
o. Provide information on prior Government and commercial purchases of the same type (pricing, performance, and customer satisfaction data)
p. Provide description of any built in test feature, a flow chart of the system analysis, and a list of the circuit card or assembly level bit resolution.
q. What is your commercial practice for Software and Hardware upgrades? Is there an additional cost to the consumer for firmware upgrades?
r. What is your commercial practice for Technical Support?
s. What is your operational life cycle? Repairable life cycle?


All comments/questions/concerns are encouraged and should be sent in writing to the Contract Specialist, Katherine Kearney, at Katherine.m.kearney@uscg.mil. Upon receiving feedback, the Coast Guard will assess all input and its impact on the development of the final specifications.


Responses must be no longer than fifteen pages in length. Technical documentation, brochures, and/or a "commented" version of the Specifications (Attachment 1) if included, do not count in the fifteen page maximum. Submit your response by 2:00 PM EST on March 18, 2019 via e-mail to the Contract Specialist, Katherine Kearney, at Katherine.m.kearney@uscg.mil. Any questions regarding this RFI may be referred to Katherine Kearney via e-mail.


Katherine Marie Kearney, Contract Specialist, Phone 7572952280, Email katherine.m.kearney@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP