United States Department of State Bureau of International Narcotics and Law Enforcement Affairs
US EMBASSY BELIZE, INL Statement of Work/Specifications Belize Communication Interoperability Project Baldy Beacon Infrastructure Upgrade Hybrid Renewable Energy System Repair
1
BACKGROUND: The Bureau of International Narcotics and Law Enforcement Affairs (INL) is an instrumental leader in the development of policies and programs to combat international narcotics and crime. INL programs support two of the Department of States' strategic goals: (1) to reduce the entry of illegal drugs into the United States; and (2) to minimize the impact of international crime on the United States and its citizens. One of the many ways to effectively meet the listed goals is to collaborate with allied governments both directly and indirectly to promote the modernization of and support the enforcement operations of their foreign criminal justice systems and law enforcement agencies. REQUIREMENTS: The vendor shall provide all items listed in Appendix A, Technical Specifications. Type of Contract: This solicitation will be awarded based on the Lowest Price, Technically Acceptable (LPTA) proposal. The contract will be a firmfixed price, single procurement award contract, with optional quantities.
DELIVERY: Delivery shall be no later than Thirty (30) calendar days from the date of contract award. Delivery destination is FOB Unites States Embassy, Belmopan, Belize. The Contractor shall consolidate the entire shipment to prevent loss and misdirection. The contractor shall ensure that all items are prepared for safe shipment and include all necessary export approvals, required material data safety sheet, licenses, and paperwork. One copy of the packing list and commercial invoice shall accompany the shipment, attached to the outside of the “lead” or number one box/carton/package, or individually attached to the outside of each box/carton/package. No partial shipments are permitted, unless otherwise specified by Contracting Officer at time of contract award. MARKING AND PACKAGING: All boxes shall be mark as followed (i.e. please see below) with clear visibility.
2
Shipping Address {PO #_________} Goldbelt Specialty Warehouse 11380 NW 34th Street Doral, FL 33178 (305) 4774140 Attn: INLBMPBelmopan Note: This order is intended for an overseas destination. If the shipment shall involve wood packaging material, then the packing and palletizing shall conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards shall be rejected and shall be corrected at the contractor’s expense. WARRANTY: All items shall come with a at least one year warranty. Offerors shall state their standard warranty they offer in their response to the RFQ. SAMS REQUIREMENT: This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines. Information can be found at www.sam.gov. QUOTE VALIDITY: All Quotes shall be valid for 90 days from the closing date for this solicitation. No exceptions or qualifications. The offeror shall provide new equipment only, no gray market or refurbished products. Items shall be in original packaging, never used, and not altered in any way. Components of the requested equipment, to include memory, shall be manufacturerapproved and may not be compatible, remanufactured, or refurbished equipment. All items shall be covered by manufacturer’s warranty and procured through a manufacturer approved distribution channel. Sellers shall be able to document their ability to provide items through manufacturer approved distribution channels upon request. EXPORT LICENSE: 3
If required, the Contractor shall comply with Sections 3840 of the Arms Export Control Act (AECA) (22 U.S.C. 27782780) and the International Traffic in Arms Regulations (ITAR) (22 CFR Parts 120130) as required, for the prosecution of work under this contract at no additional cost to the Government. Failure to be in compliance with AECA and ITAR by date planned for commencement of contract performance as well as during the entire performance of work under this contract may result in contract termination. Any penalties rendered to the Contractor, as a direct result of being found noncompliance with AECA and ITAR, shall be the responsibility of the Contractor. For additional information on AECA and ITAR, see http://www.pmddtc.state.gov/. If required, the Contractor shall comply with license requirements of the Commerce Control List and any Export Administrative Regulations (EAR), which may apply. Written descriptions of proposed items meeting the technical specifications AND Pictures of the items are required with the offeror’s submission. INSPECTION: The final inspection and acceptance of all items shall be performed by the U.S. Government upon their arrival at the customs facility in Belmopan, Belize. The payment(s) to the Contractor shall be made following satisfactory inspection and acceptance of products by the Office of INL in Belmopan. PAST PERFORMANCE: The offeror shall detail past performance in in supplying similar products as those outlined in the SOW for this project. Contracting Office: U.S Embassy Belmopan, GSO
4
APPENDIX A Technical Specifications Manuals shall be furnished in English 001
Solar Charge Controllers, five (5) ea. Conext MPPT 60 Model 865-150 Solar Charge Controllers (BRAND NAME OR EQUAL) Specifications:
002
60-amp capacity. Two-line, 16-character liquid crystal display (LCD) with four buttons for configuration and system monitoring. Input over-voltage and under-voltage protection, output over-current protection, and backfeed (reverse current) protection. Warning and Fault messages appear on the LCD when the unit shuts down as a protective measure. Battery Temperature Sensor (BTS) to provide automatically temperature compensated battery charging. The solar charge controller to regulate PV array current for charging batteries at 12, 24, 36, 48, and 60 volts. True dynamic Maximum Power Point Tracking (MPPT) to deliver the maximum available power from a PV array to a bank of batteries. Over-temperature protection and power derating when output power and ambient temperatures are high. The maximum size of the ground conductor is #6 AWG wire with a 90°C (194°F) insulation rating. Vertical Wall Mount capability Operating Temperature Range (full power) should be between -4 to 113°F Enclosure to be Indoor, ventilated, sheet metal chassis with 7/8" and 1" knockouts and aluminum heat sink MaxiTwo- or three-stage charging process, with manual equalization to maximize system performance and maintain expected battery life.
Solar Inverter, one (1) ea. Conext XW6848 Inverter model 865-6848-01 (BRAND NAME OR EQUAL) Specifications: Excellent load starting with high 30-minute and 5-second power. Off-grid AC Coupling with PV inverters using frequency power curtailment method. Operation in hot environments up to 70°C. Conversion of DC energy to AC energy for export to the utility grid. Power factor corrected charging minimizes AC current required for charging. True sine wave output. Grid-interactive feature set enables time management and prioritization of energy sources and power conversion to support advanced modes of
5
003
operation such as load shifting, self-consumption and peak load shaving. Dual AC input connections with 60 A automatic transfer switch integrates both utility grid and generator. Generator Support functionality assists small generators with heavy loads. Auxiliary port assist with relay switching of external devices such as battery room fans, diversion loads and generators. Configurable battery parameters for customized battery charging. Field serviceable boards and components. The ability to handle surges of over twice its rated output power with only a minimal drop in output voltage for limited periods of time. Ability to have Multiple unit operation Has a built-in transfer relay at 60 amps A three-character display to indicate power output, charge current, anti-islanding countdown or troubleshooting information. LED event and warning indicator.
Solar Panel, three (3) ea. (N.B. this is part of a Solar Photovoltaic system containing a total of 48 panels- three of which has been damaged) Sunmodule Plus SW 285 Mono Black Solar Panel - 285 Watt (BRAND NAME OR EQUAL) Specifications Max Power Open Circuit Voltage under STD test condition Operating Temperature Module fire performance Number of Bypass Diodes Max System Voltage SC II/NEC Cell Dimensions Cell Type Cell per module Connector MPP Voltage Junction Box
004
285WP 39-40 V -40 to +85C UL 1703 type 1 3 1000v 6.17 in x 6.17in Monocrystalline 5-busbar 60 PV wire per UL4703 with H4/UTX connectors 31-32v IP65
Shipping and delivery to US Embassy Belmopan
PERIOD OF PERFORMANCE The period of performance is 30 days after the date of the award. If the contractor is unable to perform within the period of performance he/she must notify the contracting officer at least 7 days before the period of performance. QUALITY ASSURANCE AND COMPLIANCE The contractor shall adhere to the specifications outlined above in the technical requirements section.
All items shall be TAA compliant 6
Minimum Safety Ratings & Warranties Fire Safety Classification Class C Certifications UL 1703, CEC, IEC61215, IEC61730 All mechanical, electrical supplies or materials shall have corrosion protection. Offerors shall state their standard warranty they offer in their response to the RFQ (Where applicable). INVOICE Your invoice, which must include all prepaid shipping and handling charges actually incurred, should be sent separately via email as follows: For Purchase Orders & Contracts, invoices are to be emailed to: BelmopanInvoices@state.gov and a copy BelezaireGN@state.gov EMBASSY OF THE UNITED STATES OF AMERICA U.S. Embassy Belmopan, Belize Packing, Shipping & Payment Instructions Minimum Requirements for the Invoice: Partial invoices are not allowed unless arranged in advance as part of the ordering process. Your invoice will not be processed if it does not comply with the following requirements: (If the system does not allow you to process it with all the information, please let us know) Original Invoice Complete name of the company Date of the Invoice Complete Address Purchase Order Number Quantity of goods or services purchased Detailed description of the goods or services (as they are described in our order) Unit Price Total Price per item or service Total amount of the invoice To request Payment Status on Past Due Invoice contact: Email: BelmopanInvoices@state.gov EVALUATION CRITERIA • Award will be made to the Lowest Priced-Technically Acceptable quoter who submits a quotation that is responsive to the RFQ requirements. • The Government reserves the right to reject a quotation that is technically unacceptable or unreasonably high in price. • The Government will determine acceptability by assessing the quoter's compliance with the terms of the Request for Quotation (RFQ). • The quoter must be able to demonstrate that it has the necessary resources to provide on-time delivery at a high level of quality.
7
• The contractor shall specify availability of the equipment and timeframe for delivery to include custom clearance. •
Contractor shall provide delivery plan to US Despatch.
8