The Utah Army National Guard seeks approval for a new firm fixed-price contract to procure UPS Symmetra LX battery backup and power management equipment. The justification for selecting this brand is based on statutory authority under FAR 6.302-1(c), which allows for limited competition. The rationale includes the need for standardization across the UTARNG's extensive network, avoiding service disruptions tied to alternative switching equipment, and mitigating high costs associated with transitioning to competitor hardware. The specifics include that the new equipment seamlessly integrates with existing proprietary systems, ensuring operational efficiency and reliability. Pricing for this contract will be established based on competitive quotes from authorized retailers to ensure value and cost-effectiveness, and the acquisition will be limited to vendors within the Army's IT mandatory source, CHESS. Market research supports this approach, assuring that past contracts were considered to gauge fair pricing. Both the technical personnel and contracting officer affirm the accuracy of this justification, underscoring the importance of proper equipment acquisition for the Utah National Guard's operational capacity.
The Statement of Work (SOW) for the North Salt Lake Armory outlines the electrical modifications required for the installation of a 16K UPS system by Positive Power, LLC. Key tasks include providing a 100-amp 2-pole breaker, installing a home run from the main electrical room to the server room on the second floor, and the connection and testing of the new UPS. Schneider startup services are also included, along with a one-year standard warranty on parts and labor. The SOW specifies that all applicable state and local taxes will be covered. Conversely, services that fall outside regular business hours, permit or engineering fees, equipment troubleshooting not provided by Positive Power, and any additional structural work are explicitly excluded. This document serves to clarify the scope of the project under a government procurement framework, ensuring all parties understand the inclusions and limitations of the work to be performed.
The Statement of Work (SOW) outlines the required electrical work for the installation of new Uninterruptible Power Supplies (UPS) at the Utah National Guard (UTNG) TASS facility in Bluffdale, UT. Key tasks include providing and installing 100amp breakers, running new electrical lines to the second-floor server room, installing two 16K UPS units (supplied by others), and disposing of the existing UPS. The document specifies that UTNG will handle the transfer of existing loads during the UPS installation. Additionally, it includes a warranty and cleanliness requirements following the completion of work. Exclusions cover work outside normal hours, permit or engineering fees, and troubleshooting for equipment not supplied by Positive Power, LLC. The addendum outlines further electrical installations, including additional breaker panels and outlets in the server room. This SOW serves as a formal request for proposals, detailing technical specifications for potential contractors in compliance with local government procurement standards.
The document is a Small Business Coordination Record (DD Form 2579) detailing a government procurement for the installation and licensing of an APC Symmetra LX at Camp Williams and North Salt Lake. The total estimated value for the procurement is $126,228.09, to be performed between September 30, 2024, and November 30, 2024. It is classified as a new requirement, and the contracting officer, William T. Brown, has initiated coordination to explore small business participation, including possible set-asides for various small business categories such as HUBZone and women-owned businesses.
In market research, it was found that many small business vendors could have met the requirements through the mandated CHESS program, which focuses on commercial IT hardware and software. However, during the initial request for quotes (RFQ) period, no proposals were received from small business vendors, prompting a reposting of the requirement as a full and open competition. This highlights the commitment to maximizing small business participation in federal procurement while addressing unmet requirements through wider competition. The document also includes sections for reviews and endorsements from small business professionals and procurement center representatives, indicating a structured oversight process in government procurement activities.