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
MODIFICATION

66 -- USAFA Aeronautics Lab upgrade/replace Programmable Logic Control used in Subsonic Wind Tunnel

Notice Date
3/28/2007
 
Notice Type
Modification
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315, UNITED STATES
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-07-T-0091
 
Response Due
4/6/2007
 
Archive Date
4/21/2007
 
Point of Contact
Michael Fredericks, Contract Specialist, Phone 719-333-2849, Fax 719-333-9103,
 
E-Mail Address
michael.fredericks@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotations (RFQ), solicitation number FA7000-07-T-0091, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-07. The North American Industrial Classification System (NAICS) number is 334519 and the business size standard is 500 employees. The proposed acquisition is reserved for 100% small businesses. Women owned and disabled veteran owned small businesses are encouraged to submit quotes. All work and acceptance testing shall be coordinated through the Contracting Officer's representative at the site and completed no later than 180 days after contract award. The total accumulated downtime of the Subsonic Wind Tunnel for this work shall not exceed 10 business days. The USAF Academy, Aeronautics Laboratory has a requirement to to upgrade/replace the obsolete Programmable Logic Control (PLC) unit used for the Subsonic Wind Tunnel located in Building 2410, Aeronautics Laboratory, United States Air Force Academy. STATEMENT OF WORK TO REMOVE AND REPLACE PROGRAMABLE LOGIC CONTROL UNIT 1.0 PURPOSE. The purpose of this effort is to upgrade/replace the obsolete Programmable Logic Control (PLC) unit used for the Subsonic Wind Tunnel located in Building 2410, Aeronautics Laboratory, United States Air Force Academy. 2.0 BACKGROUND. The subject PLC is part of the permanently installed support equipment for the Aeronautics Laboratory's Subsonic Wind Tunnel (SWT). The Facility is used for cadet instruction and aeronautics research. The SWT fan motor is presently powered by a General Electric (GE) Variable Frequency Drive (VFD) and controlled by a current technology GE PLC unit. In addition to this new PLC, the facility uses an obsolete Gould “Modicon” 884 PLC unit to monitor the health and status of the tunnel. If necessary, the Gould PLC activates appropriate safety features to prevent failures and/or dangerous situations. This health and safety PLC unit is obsolete and no longer supported by its manufacturer; therefore, it must be replaced. 3.0 SCOPE. The contractor shall furnish all labor, replacement parts, software, tools, support equipment, facilities, and shipping/transportation necessary to remove and replace the Gould PLC unit in accordance with the technical requirements of paragraph 5.0. The current PLC consists of two racks located under the SWT operating console. These racks contain the controller module as well as input/output (I/O) devices. The controller also interfaces with two remote I/O racks located at two different locations within the facility. For the purpose of this statement of work the term PLC is used to refer to the controller and all I/O modules, co-located and remote. A layout of these racks, to include modules, input output signals can be viewed in the attached documents. The contractor shall, with support of Aeronautics Laboratory personnel, verify operation and functionality of the new PLC in accordance with paragraph 5.4. 4.0 GENERAL REQUIREMENTS 4.1 Conditions of Work: 4.1.1 The contractor shall perform this work in a manner which will minimize the disruption of normal Air Force Academy operations. 4.1.2 The area of work shall be restricted to Room 101 of Building 2410, Aeronautics Laboratory. 4.1.3 Parking of the contractor's vehicles shall be restricted to the parking lot south of Building 2410, and specifically to the spaces designated by the Contracting Officer's representative at the site. The company’s name shall be prominently displayed on all contractor's vehicles parked in the designated spaces. 4.1.4 The contractor may use reasonable required amounts of electricity and water from existing outlets and lines without charge. 4.1.5 The contractor shall comply with all applicable Air Force and USAF Academy regulations pertaining to safety, traffic control, and fire prevention. 4.1.6 The contractor's working hours shall be between 7:00 AM and 4:00 PM, with no work on weekends or federal holidays. Permission to work at times other than those specified shall be obtained from the Contracting Officer at least 5 working days in advance. 4.2 Transportation: The contractor shall provide all transportation necessary for travel of personnel and shipment of parts to and from the Air Force Academy. 5.0 TECHNICAL REQUIREMENTS 5.1 The contractor shall remove and replace the existing Gould PLC units with only General Electric PLC units/parts. No other brand is acceptable. 5.2 The replacement PLC unit shall, as a minimum, meet the following specifications: 5.2.1 Contractor shall program the new unit so it performs, at a minimum, all functions being performed by the existing unit. A ladder diagram of the current logic and I/O hardware definitions and functions can be found in the attached documents (Programmable Controller Configuration and P. C. Ladder Diagram). (Attachements are not on FEDBIZOPS, Please contact the Contract Specialist, Michael Fredericks, for a fax or email copy of the attachment). 5.2.1.1 The contractor shall use existing I/O commands as much as possible. If any I/O signals or devises are to be modified the contractor shall clearly state so in their quote. 5.2.2 In order to interface with the other PLC used to control the VFD, the replacement PLC must be compatible with the functions of GE Faunc Series 90 Version 6.01 software. 5.2.3 The contractor shall provide documentation of the PLC program/software in sufficient detail to enable Aeronautics Laboratory personnel to maintain or upgrade the program/software. This documentation shall include: 5.2.3.1 Operational break-down of PLC software and logic. This documentation shall include flow charts that diagram and describe all inputs and outputs to and from the PLC unit and the functional operations on those inputs which affect the outputs. The documentation shall include instructions on how to modify these functional operations. 5.2.3.2 Operational user manuals: These manuals should describe the overall operations performed by the new PLC and program/software. The manual shall contain operating checklists for the initiation, operation and shut down of the PLC controller. 5.2.3.3 The documentation shall as a minimum include any changes to the contents of the attached Programmable Controller Configuration and P. C. Ladder Diagram documents provided with this statement of work. (Attachment is not on FEBBIZOPS, Please contact the Contract Specialist, Michael Fredericks, for a fax or email copy of the Ladder Diagram. 5.3 The contractor shall use new parts of a quality that is equal to or better than that of original parts. 5.4 Using qualified Air Force technicians to operate the PLC unit, the contractor shall verify PLC operation for Air Force acceptance as follows: 5.4.1 Operate the PLC unit in conjunction with running the tunnel for a minimum of 3 different tunnel configurations; where for each configuration the tunnel is operated at varying fan speeds to include the entire operating range of the fan. 5.4.2 The contractor shall demonstrate the PLC’s ability to perform all safety functions and indicators as shown in the attached Programmable Controller Configuration and P. C. Ladder Diagram documents. 5.5 The contractor shall provide a warranty to provide free parts and labor for a period of 12 months from the contract completion date should a failure occur due to parts or installation workmanship. 6.0 SCHEDULE. All work and acceptance testing shall be coordinated through the Contracting Officer's representative at the site and completed no later than 180 days after contract award. The total accumulated downtime of the Subsonic Wind Tunnel for this work shall not exceed 10 business days. The Government will award a purchase order from this solicitation to the responsible offeror whose lowest price and technically acceptable quote conforms to the solicitation. Only technically acceptable offers will be considered. Include in your offer descriptive literature such as illustrations, drawings, or a clear reference to information readily available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be technically acceptable. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer (Attachment). The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this acquisition. Addendum to 52.212-4, 52.247-34 FOB Destination (Nov 1991). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 15, 16, 17, 18, 19, 20, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition with the inclusion of the following: 252.225-7001, and Buy American Act and Balance of Payments Program, 252.232-7003, Electronic submissions of Invoices. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, April 6, 2007, by e-mail at michael.fredericks@usafa.af.mil or mail to: Michael Fredericks, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (28-MAR-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-07-T-0091/listing.html)
 
Place of Performance
Address: USAFA, Building 2410 Colorado Springs, CO
Zip Code: 80840
Country: UNITED STATES
 
Record
SN01261655-F 20070330/070328224342 (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.