TAMC Rectifier System Upgrade - Salient Characteristics (as of June 9, 2025)
• Procurement: Purchase and install two new DC/AC rack-mounted rectifier
systems.
• Installation Location: TAMC basement level telco room.
• System Components:
- • Two (2) new DC/AC rack-mounted rectifier systems (specific model to be determined by vendor).
- • Re-use of existing Power Distribution Units (PDUs) at each rack.
• Power Integration: Utilize power from existing PDUs to eliminate the need for
vendor-leased batteries.
• Old System Removal & Disposal:
- • Removal of existing rectifier system (including cabling).
- • Environmentally responsible disposal of the old rectifier system (excluding
vendor-leased batteries).
• Battery Management: Vendor-leased batteries will remain in place and are not part
of this contract; vendor to coordinate with battery vendor for removal.
• Wiring & Infrastructure:
- • Re-use of existing wiring where compatible.
- • Ensure proper grounding and bonding of the rectifier system.
• Configuration & Testing:
- • Handling and programming of the new rectifier equipment.
- • Thorough testing to ensure seamless integration with existing systems.
• Outage Coordination:
- • Installation requires a scheduled outage, coordinated with TAMC’s
operational schedule.
- • Preference for a single, coordinated outage
• Documentation & Compliance:
- • Ensure rectifier system is installed and operational before August 2025 (battery lease expiration).
- • Adherence to 30th Signal Battalion approval for any cost overruns or scope changes.
• Contingency Planning: Vendor to provide alternative materials or scheduling
options to meet the customer's timeline.
The Army Contracting Command, 413th Contract Support Brigade (CSB), Regional Contracting Office (RCO) Hawaii (HI) has a requirement for Telecom DC/AC Rectifiers Install for Tripler ARMY Medical Center, Hawaii.
Background: This is a new firm-fixed price requirement.
Contract Set aside: This action will be set-aside to 100% for small business.
Contract Type and Period of Performance: The Government intends to award a Firm Fixed Price (FFP) Requirement contract with delivery and installation due before 31 December 2025. This acquisition will be solicited under National American Industry Classification system (NAICS) code 335999 Other Computer Related Services. The small business size standard is 600 employes.
Instructions to offerors
1. The request for quotations (RFQ) and evaluation of quotes will be conducted in accordance with FAR Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. Each interested contractor shall complete and submit the following forms, clauses, and statements with their quote. Failure to do so may cause a quote to be considered unacceptable.
- All elements of the Performance Work Statement (PWS) are addressed in the submitted quote proposal.
- Standard Form 1449 signed and dated (Block 30) with responses to the fillable clauses and pricing for CLIN 0001.
- Past experience Information. See paragraph 4 below for more information.
2. All prospective vendors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/.
3. Submission of quotes will only be received by email to the Contract Specialist, Mr. Alan Henrichson at alan.l.henrichson.civ@army.mil. Quotes must be received by the contracting office on or before the solicitation closing date and time stated under Block 8 of the SF 1449 Solicitation/Contract/Order for Commercial Items. Local time is Hawaii Standard Time (HST). Quotes submitted via other transmission methods such as regular mail, facsimile will not be accepted.
- Solicitation and Amendments. Issued solicitation packages will be posted at the GPE website, https://sam.gov/. Once posted, interested contractors are responsible for monitoring the website until the closing date for any issued amendments.
- Acceptance of quotes received will be in accordance with FAR 52.212-1(c), and it is the responsibility of the contractor to ensure quotations are received and acknowledged by the Contract Specialist, Mr. Alan Henrichson at alan.l.henrichson.civ@army.mil on or before the offer due date and time (see Block 8, SF 1449).
4. If applicable the offeror shall provide a summary of the offeror's past performance providing services relevant to the subject requirement and having been completed or performed in the last five years preceding the issuance date of this Request for Quote (RFQ). The summaries of relevant projects performed in the last five years shall include:
1) Project name, contract and/or task order number
2) Contract dollar value
3) Period of performance
4) Customer point of contact (including name, work number, cell number, and email address)
5) Detailed description of work performed
6) Roles and responsibilities
7) The results achieved
8) A narrative that addresses how the work performed is similar in scope and complexity. Customers may be Federal, State, or Local Government, or corporate customers.
The summary submission for this factor shall be in Microsoft Word or PDF, and will consist of two references, no more than four pages each for a total of eight pages. Contractors shall submit no more than two references.
5. When completed CPARS are available to reflect past performance data, a Performance Assessment Questionnaire (PAQ) is not required. Offerors without formal documented Government Contractor Performance Assessment Reporting System (CPARS) shall send a Performance Assessment Questionnaires (PAO) (Attachment 1) to the Government or commercial POC identified in each PAQ reference cited in the offeror' s Past Performance Volume. All PAQs are to be submitted by the submitting PAQ POC and sent via email directly to alan.lhenrichson.civ@army.mil, and Christopher.s.doyle.civ@army.mil (subject: "W912CN25QA035 PAQ - in support of OFFEROR NAME"). Any PAQs submitted by offerors will be ignored and will not be considered as part of the evaluation. The Government may also utilize the attached PAQ to send to additional sources. In the event no past performance can be retrieved via CPARS, the Government may use the attached PAQ as a tool for conducting Past Performance telephonic or email interviews.
6. Minimum Quote Acceptance Period. FAR 52.212-1(c) is amended to 90 calendar days minimum acceptance period. By submitting a quote, the contractor agrees to hold the prices in its quote firm for 90 calendar days.
7. Questions regarding this solicitation shall be submitted inwriting via e-mail to the Contract Specialist at alan.l.henrichson.civ@army.mil within 10 days after the date specified in Block 6 of the SF1449. The Government reserves the right not to respond to questions concerning this solicitation received after the date and time specified for receipt of questions. A summary of questions received, and Government responses will be provided by amendment and posted to the SAM website.
Site Visit
- A site visit is tentatively scheduled for July 21, 2025, at 09:00-11:00 PM HST. Attendees will meet at the following location: Tripler ARMY Medical Center, HI 96859 at the basement Telcom room.
- Offerors are required to adhere to Military Regulations to gain access to the facility. Attendees are responsible for gaining access. Attendees will need to provide proof of insurance and registration of vehicles and have a valid photo ID and/or photo driver's license. Attendees will be required to provide their own transportation.
- Offerors interested in attending the site visit shall limit their participation to Two (2) representative per company. Attendee information to include company name, address, representative name, telephone numbers and email addresses shall be provided to the contract specialist via email at alan.l.henrichson.civ@army.mil no later than July 20, 2025, at 15:00 PM HST.
- Any discussion, remarks and explanations that may be made by any Government representative during the site visit will not change the terms and conditions of the solicitation, unless the solicitation is amended in writing.