Pine Telephone Company

Request for Proposal

-48 V power system

Posted 04/25/2011

Proposals are due by COB

05/13/2011

 

This RFP is for 3 separate proposals.  A separate proposal for each contract will be required.  The Proposals are due by COB on May 13, 2011.  Please submit by email all proposals to RFP@pine-net.com.  Please use the English System of measurement in all correspondence.  The contract which will be used is linked under ÒStandard Purchase ContractÓ on the www.pinetelephone.com home page.   Please contact us before the RFP deadline for specific questions or to give a presentation on your product.  Please supply product data sheets with proposal.

 

These quantities listed below will be the minimum number of units ordered. 

Contract 1            30 units

Contract 2            31 units

Contract 3            24 units

 

1.     -48V DC power system

2.     Output -48V DC

3.     Input 220 V AC

4.     Output capacity of 80 amps with one module redundancy

5.     Minimum configurable total capacity of 100 Amps DC

6.     Low voltage disconnect

7.     Ethernet enabled monitoring and configuration supporting HTTP, SNMP and telnet

8.     Power distribution bay for minimum 20 bullet breakers.

9.     Unit will accept breaker sizes up to 100 amp

 

Options

1.     Frame for power system

2.     Frame for power system and battery tray

3.     110 ampere/hour backup batteries for above frame and tray

4.     temperature probe with integrates into power system

5.     2 each of the breakers below

a.     100 amp

b.     20 amp

c.     40 amp

 

 

 

Other proposal requirements:

 

i.               Terms for breach. Proposals must provide for administrative, contract or legal remedies for any breach or violation of the contract terms by the Vendor and appropriate remedial action.

 

ii.              Termination clause. Proposals must include a termination clause indicating the manner by which termination will be effected and the basis for settlement.  In addition, the clause will describe the conditions under which the contract may be terminated by default and the conditions under which the contract may be terminated for circumstances beyond the control of the Vendor.

 

 

iii.            Access to documents.  Proposals must include a provision permitting PTC, the Department of Commerce, the Comptroller General of the US, or any of their duly authorized representatives to have access to any books, documents, papers and records of the Vendors applicable to the Project for the purpose of making audits, examinations, excerpts and transcriptions.

 

iv.             Contract Work Hours and Safety Standards Act (40 U.S.C. ¤¤ 327, 333).  Proposals involving construction work or work that includes the employment of mechanics or laborers must include a provision for compliance with Sections 102 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327, 333), as supplemented by Department of Labor regulations (29 CFR Part5).

 

v.              Clean Air Act (42 U.S.C. ¤ 7401 et seq.) and the Federal Water Pollution Act (33 U.S.C. ¤1251 et seq.).  Proposals must contain a provision agreeing to abide by the Clean Air Act and the Federal Water Pollution Act.

 

vi.             Byrd Anti-Lobbying Amendment (31 U.S.C. ¤ 1352). All Vendors must file the Byrd Anti-Lobbying Amendment certification, certifying that the Vendor will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of congress, office or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. ¤ 1352.

 

vii.           Equal Employment Opportunity. Proposals must include a provision requiring compliance with Executive Order (ÒE.O.Ó) 11246, ÒEqual Employment Opportunity,Ó as amended by E.O. 11375, ÒAmending Executive Order 11246 Relating to Equal Employment Opportunity,Ó and as supplemented by regulations at 41 CFR Part 60, ÒOffice of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor.Ó

 

viii.          Copeland ÒAnti-KickbackÓ Act (18 U.S.C. ¤ 874 and 40 U.S.C. ¤ 276c). Proposals for contracts greater than $2,000 in construction or repair must include compliance with the Copeland ÒAnti-KickbackÓ Act.

 

ix.             Davis-Bacon Act, as amended (40 U.S.C. ¤ 276a to 276a-7). Proposals for contracts greater than $2,000 must include a provision for compliance with the Davis-Bacon Act, including, specifically, payment of prevailing wage, weekly payroll distribution and timely and accurately providing records to PTC to demonstrate compliance. 

 

x.              Debarment and suspension (E.O.s 12549 and 12689): Proposals must include a statement indicating that the Vendor is not listed in the General Services AdministrationÕs List of Parties Excluded from Federal Procurement or Non-procurement Programs in accordance with Executive Orders 125449 and 12689.

 

xi.             Signage:  Proposals must include a statement that all construction sites (if any) will display signage that features the ARRA Primary emblem in a prominent location on site.  The emblem must be displayed no less than six (6) inches in diameter.

 

 

 

 

Please check site often for updates.  If planning to submit a proposal please email rfp@pine-net.com and you will be emailed when the site is updated.  Please email all questions or concerns to email address above.  PTC reserves the right to modify, change or cancel this RFP at any time.  PTC has the right to refuse any or all proposals.