Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2007 FBO #1950
SOURCES SOUGHT

J -- Upgrade MARS II-L Recorder

Notice Date
3/28/2007
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1S0AX7039B001
 
Response Due
4/12/2007
 
Archive Date
6/6/2007
 
Point of Contact
Leonard Buckless, Contract Negotiator, Phone 661-277-8590, Fax 661-275-7885, - Mary Uptergrove, Contracting Officer, Phone 661-275-2538, Fax null,
 
E-Mail Address
Leonard.Buckless@edwards.af.mil, mary.uptergrove@edwards.af.mil
 
Description
This is a Source Sought posting for market research purposes only. This is not a request for Quote. The Air Force Flight Test Center at Edwards AFB, CA is seeking vendors capable of providing the service and parts to modify and upgrade existing critical Staefa Control Systems with new hardware and software at the Avionics Test and Integration Complex (ATIC), Edwards Air Force Base, California; STATEMENT OF WORK; TEST EXECUTION MISSION SUPPORT EQUIPMENT (TEMSE); STAEFA CONTROL SYSTEM UPGRADES; AVIONICS TEST & INTEGRATION COMPLEX; EDWARDS AIR FORCE BASE, CALIFORNIA; 1.0 OBJECTIVE; The objective of this Statement of Work (SOW) is to modify and upgrade existing critical Staefa Control Systems with new hardware and software at the Avionics Test and Integration Complex (ATIC), Edwards Air Force Base, California; 2.0 SCOPE OF WORK; The scope of work consists of providing technical, engineering and project management labor and materials to transition current Staefa Controls to more current hardware and software on the front-end. Contractor shall build new graphics and provide as-built drawings, engineering submittals and commission all new systems. 3.0 REFERENCES; All work shall be in compliance with, meet or exceed all applicable codes and standards to include but not limited to, the following listed below: a. ALL FEDERAL, STATE, LOCAL, COUNTY AND AIR FORCE CODES AND REGULATIONS; b. NATIONAL FIRE PROTECTION ASSOCIATION (NFPA); NFPA 70 (Most Current Version) National Electrical Code; c.NATIONAL ELECTRICAL MANUFACTURERS ASSOCIATION (NEMA); d.UNIFORM BUILDING CODES; 4.0 EXISTING SYSTEM INFORMATION; a.Test Execution Mission Support Equipment (TEMSE) Staefa Control Systems in Building 1030, South Tower, third floor mezzanine.; b.TEMSE Staefa Control Systems in Building 1030, North Tower, Room G14;. 5.0 REQUIREMENTS; 1. Contractor shall provide technical, engineering and project management labor to transition current TEMSE Staefa Controls in Building 1030, South Tower, third floor mezzanine to upgraded hardware and software front-end, and build new graphics.; The scope and details of this requirement is as follows: 1. Replace existing Staefa SMART II Direct Digital Control (DDC) Boards on the third floor in Building 1030 South Tower with Siemens MEC Digital Control Boards; 2. Trace all existing SMART II DDC Board circuits to the level necessary to reconnect existing controls to the new Siemens Control MEC Boards; 3. Edit existing and create new Siemens PPCL programming code as required to interface the new MEC Controls and TEMSE equipment to the Siemens Front End Apogee System located in Building 1030, South Tower, room 016 to allow integration of the TEMSE Systems; 4. Edit existing and create new graphics in the Siemens Front End Apogee System to integrate any new added points and systems; 5. Integrate the new MEC control boards and control of the TEMSE Systems to operate with the Variable Frequency Drive (VFD) Controllers in Building 1030, South Tower, third floor mezzanine; 6.Ensure operation of the new MEC Controls is fully integrated and operational with the VFD?s and Front End System in room 016 South Tower; Contractor shall provide technical, engineering and project management labor to transition current TEMSE Staefa Controls in Building 1030, North Tower, room G14 to upgraded hardware, and software front-end, and build new graphics.; The scope and details of this requirement is as follows: 1. Replace existing Staefa SMART II Direct Digital Control (DDC) Boards on the ground floor in Building 1030 North Tower with a Siemens MBC 40 Panel, processor and new input and output modules; 2.Trace all existing SMART II DDC Board circuits to the level necessary to reconnect existing controls to the new Siemens MBC 40 Panel and input/output modules; 3. Edit existing and create new Siemens PPCL programming code as required to interface the new MBC 40 panel Controls and TEMSE equipment to the Siemens Front End Apogee System located in Building 1030, South Tower, room 016 to allow integration of the TEMSE Systems; 4. Edit existing and create new graphics in the Siemens Front End Apogee System to integrate any new added points and systems; 5. Integrate the new MBC 40 panel, processor and input/output modules control boards and control of the TEMSE Systems to operate with the Variable Frequency Drive (VFD) Controllers in Building 1030, North Tower, ground floor, room G14.; 6. Ensure operation of the new MBC 40 Panel Controls and processor is fully integrated and operational with the VFD?s in room G14 and the Front End System in room 016 South Tower; Contractor shall perform a site survey to be coordinated with Government Facilities personnel.; Contractor shall examine the area and site conditions for which the work is to be performed and submit a request for information regarding any questions or concerns.; Contractor shall identify their POC who shall provide status and other pertinent information during this project. Installation and work shall be in compliance with and meet or exceed all applicable codes and standards in this SOW.; Technical Support from in-house Government personnel in the 412 EWG/EWS Division will be available to answer technical support questions from Contractor regarding current system programming and configuration, as required to support this project.; MATERIALS; Listed below are control components that the Government will make available as Government Furnished Equipment (GFE) to support this project. Contractor shall include in their proposal the cost of any additional materials required to complete this project.; QTY PT NO DESCRIPTION; 3 545-142 MBC-40 ENCLOSURE; 3 562-001 OPEN PROCESSOR; 3 545-714 POWER MODULE; 34 PTM6.2Q250-M 20 DO W/ OVERRIDE; 64 PTM6.2I420 2 AI 4-20 mA; 26 PTM6.2Y10S-M 2 AO 0-10 Volt W/OVERRIDE; 49 PTM6.4D20 4 DI DRY CONTACT; 4 549-621 MEC FLN HOA; 4 549-504 MEC ENCLOSURE; 4 549-506 MEC SERVICE BOX; 13 540-680FB TEC RM SENSOR; 14 544-339 DUCT POINT SENSOR; 8 H938 CURRENT SWITCH; 12 PTS4.1G PNEUMATIC OUTPUT MODULE; 8 540-100 UNIT CONDITIONER CONTROLLER; 9 540-131 TEC SENSOR CABLE; 7 GDE161.1P NSR ACTUATOR; 7 SSB61U VALVE ACTUATOR; 7 VMP42.14(2) 2 WAY VALVE; 2 540-110 UNIT CONDITIONER CONTROLLER; 2 273-03170 2 WAY NO VALVE; 10 SMVD STAEFA VALVE DRIVER; 8 H808 CURRENT SWITCH; SUBMITTALS; Contractor shall provide as-built drawings and engineering design submittals.; PERFORMANCE PERIOD; Performance Period for this contract shall be 120 days from date of Contract Award, unless otherwise directed from the Base Contracting Officer or designated point of contact.; WORK HOURS; WORK HOURS: The hours of work shall be from 7:00AM to 4:00 P.M. Monday through Friday, excluding federal holidays. Coordinate with 412 EWG/EWS Division, Building 1030, Edwards AFB, CA, telephone number (661)277-1791 to request any support required to work outside of these work hours. No work shall commence with out award of contract and prior coordination with the 412. 412 EWG/EWS Division, Building 1030, Edwards AFB, CA; MISCELLANEOUS INFORMATION; The following items are prohibited from the work site: cameras, computers, weapons, video and audio cassette players, tape recorders, binoculars, film and computer media.; Safety: Job site cleanliness will be maintained at all times.; Place of delivery and acceptance is Edwards AFB, CA 93524; Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide IDAN components. FOB Destination; Edwards AFB, CA 93524. Firms responding to this synopsis must identify their company?s capabilities to perform the requirements described herein, reference the synopsis number and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 541330. The Small Business size standard is $4.0M. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in April 2007. All responses may be sent via e-mail to leonard.buckless@edwards.af.mil or mailed to 412TW/PKDD, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Leonard Buckless. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 20 March 2007.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93505
Country: UNITED STATES
 
Record
SN01260962-W 20070330/070328220631 (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.