Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOURCES SOUGHT

59 -- Emergency - Sources Sought for Design - Build Contractor, CCTV and PLC based control system for local and remote operation of three interim structures, New Orleans, LA

Notice Date
3/7/2006
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army Engineer District, New Orleans, ATTN: CEMVN-CT, P.O. Box 60267, New Orleans, LA 70160-0267
 
ZIP Code
70160-0267
 
Solicitation Number
W912P8-06-R-0125
 
Response Due
3/14/2006
 
Archive Date
5/13/2006
 
Small Business Set-Aside
N/A
 
Description
EMERGENCY  SOURCES SOUGHT FOR DESIGN  BUILD CONTRACTOR This is a SOURCES SOUGHT ANNOUNCEMENT ONLY FOR PURPOSES OF CONDUCTING MARKET RESEARCH. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. All responses must be in writing. NO telephonic responses will be accepted. A CONFERENCE IS TO BE HELD 20 MAR CH 2006, 10:00 A.M. AT THE FEDERAL RESERVE BANK, 525 ST. CHARLES AVENUE, NEW ORLEANS, LA. Interested parties should identify themselves by sending their Company Name, address, phone, fax, email address of Point of Contact, and the names of any additional persons which will be attending the conference, to the following EMAIL ADDRESSES: Aline.L.Smith@mvn02.usace.army.mil and Gayle.E.Rouse@mvn02.usace.army.mil., in order to be able to gain access into the building for the conference. Facsimile responses may be sent to 504-681-2394. Responses are required Not Later Than 14 March 2006, 10:00 a.m., local time and place. DESCRIPTION OF WORK TO BE PERFORMED: General: The Design-Build (DB) Contractor shall furnish all services, equipment, instrumentation, materials, supplies, plant, labor, designs, investigations, superintendence, travel and coordination with the Government as required for the procurement of eq uipment and materials and preparation of Plans ,Specifications, installation/construction of a Closed Circuit Television (CCTV) system and a Programmable Logic Controller (PLC) based control system for the local and remote operation of three interim str uctures. The interim structures, which are not part of this contract, will have pump-engine drivers for six temporary pumps on each side London Ave. and 17th Street canal. Orleans Avenue canal will have five pump-engine drivers on each side. The pump manuf acturer is providing local control and annuciator panels for each pump-engine driver unit. The pump manufacturer is also providing mod bus connections at the drivers and at master control units in each pump-engine driver platforms. On one side of the canal , the pump manufacturers master control station will control the pumps and engines on both sides of the canals and on the opposite side the master control station will control only those pumps on that side of the canal. The master control stations will ha ve information for pump and engine status and alarms as well as the capability for pump engine start and stop, emergency stop and local, remote, and automatic operation. Engine parameters such as oil pressure, fuel levels and temperature will be converted to Modbus format for transmission by the DB Contractors PLC system. The DB Contractor shall be responsible for ensuring compatibility of the pump manufacturers signals and equipment with the DB Contractors PLC system. Pump alarms such as low oil level, high gear temperature will be included on the Modbus signal provided by the pump manufacture. The PLC and CCTV remote operator stations shall be located in the permanent pump stations which are located on each canal. The permanent pump stations are PS #6 o n 17th Street canal, PS # 7 on Orleans Avenue canal, and PS# 3 on London Avenue canal. The PLC and CCTV operator stations at the interim structures shall be connected to the remote station by armored fiber optic cable in epoxy coated RGS conduit when insta lled on the concrete canal floodwalls. When the conduit is buried in earth, the conduit shall be schedule 80 PVC and buried to a minimum depth of 24. The number of fibers in the cable shall be 300% of the number of fibers required for the operation of the PLC system, CCTV system, and water level transducers. The DB Contractor shall design basically identical systems (components, operating system, etc.) at all three interim structures. The DB Contractor shall develop the right of way drawings required to c onstruct and install the PLC and CCTV systems. This is a designbuild project. The DB Contractor shall demonstrate, in the proposal, the DB Contractors experience and expertise in the fields of Programmable Logic Controllers (PLC), fiber optic transmission systems and CCTV systems. The DB Contractor will be expected to recognize the preliminary and minimum requirements for this project. The DB Contractor will be expected to provide a design that works optimally for the specific environment and not reuse a design intended for a different project. The DB Contractor shall develop Performance Verification Test (PVT) procedures and submit those procedures to the Government for Approval at a date specif ied by the Government. The DB Contractor shall construct and install the system and conduct testing of the completed system in accordance with a government approved testing procedures. The DB Contractor shall edit Government furnished specifications to spe cifically apply to this project. The edited versions shall be used as a minimum for installation and testing. The specifications are UFGS sections 16050N Basic Electrical Materials and Methods, 16768 Fiber Optic Data Transmission System and 16751 Closed Ci rcuit Television System. Completed test reports shall be furnished for all tests including the DB Contractors Performance Verification Test (PVT). Reports shall be furnished to the Government within 14 days of completion. At the successful completion of th e DB Contractors Performance Verification Testing, the DB Contractor shall provide a 24-hour comprehensive training session for up to 8 individuals at the project sites. All tests shall be in accordance with requirements of the edited UFGS sections 16050N, 16751, and 16768A as well as the Government approved and DB Contractor provided PVT. This project shall result in a complete and useable PLC based local, remote and automatic operation and monitoring system and CCTV system for the 17th Street, Orleans and London canals. General Methodology Upon award of contract, the DB Contractor shall visit the site and prepare documentation as described in a Milestone schedule. Initially, the DB Contractor shall prepare a site conditions survey report with recommendations, one-line diagrams and general drawings depicting equipment placement, cable placement and other critical elements of the project. The site survey shall includ e the canal between the interim structures and the permanent pumps stations for the purpose of fiber optic cable routing. The survey should be conducted in coordination with the Government. The DB Contractor shall not make assumptions concerning the use of Government facilities, equipment or personnel. The DB Contractor shall not rely solely upon information provided by Sewerage and Water Board personnel, but shall verify all information with the Government. The DB Contractor shall submit information required for a 35% review. After resolution of comments, generated by the 35% review, is completed to the Governments satisfaction, the DB Contractor shall prepare a 95% installation and construction package as required. While the DB Contractor is preparing the 95% submittal packag e, equipment and materials, approved by the Government, shall be ordered. Equipment and material requiring especially long lead time may be approved by the Government prior to completion of the 35% Government review. The DB Contractor shall submit a 95% package including specifications, plans and any additional manufacturers data. After review and resolution of comments to the 95% submittal, the Government will give a notice to proceed to the installation and constru ction phase and subsequent field tests, performance testing, and overall project completion. The DB Contractor shall provide the Government with updated construction and installation drawings of the project within 48 hours of the notice to proceed. The equipment described herein is conceptual in nature and does not represent a technical design. The descriptions are intended to convey the minimum requirements as seen from an end users viewpoint. The DB Contractors shall use their expertise and experie nce in PL C and CCTV system design to ensure that the project design and installation realizes the Governments requirements, complies with stated specifications and results in a high quality, problem free and completely operational system as envisioned by the Govern ment.
 
Place of Performance
Address: US Army Engineer District, New Orleans ATTN: CEMVN-CT, P.O. Box 60267 New Orleans LA
Zip Code: 70160-0267
Country: US
 
Record
SN01001576-W 20060309/060307212347 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.