Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOURCES SOUGHT

99 -- ACEPS POWER MONITORING SYSTEM (APMS)

Notice Date
2/7/2008
 
Notice Type
Sources Sought
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AJA-47 FAA Headquarters (ASU)
 
ZIP Code
00000
 
Solicitation Number
DTFAWA-08-R-00010
 
Response Due
3/20/2008
 
Point of Contact
Kenneth Carter, (202) 267-3012
 
E-Mail Address
Email your questions to kenneth.m.carter@faa.gov
(kenneth.m.carter@faa.gov)
 
Description
The Federal Aviation Administration's (FAA) has a requirement to acquire and implement ARTCC Critical and Essential Power System (ACEPS) Power Monitoring Systems (APMS) at seventeen (17) Air Route Traffic Control Centers (ARTCC); three large Terminal Radar Approach Control (TRACON) facilities powered by the ARTCC Critical and Essential Power System (ACEPS); and one training facility located at the FAA's training Academy. The ACEPS Power Monitoring System (APMS) will monitor status of: engine generators, fuel tanks; circuit breakers; Uninterruptible Power Supply (UPS); power distribution equipment; and allow event and power quality analysis and system diagnostic reporting. The scope of work will require the contractor to furnish the following: ??? Site Modeling and Site Surveys ??? Programmable Logic Controllers (PLC) Mapping ??? Software Integration ??? Paladin Foreseer and Bundled Software Licenses ??? Paladin Plug in Module - Crystal Reporting ??? Paladin Plug in Module - Arc Flash Energy ??? Paladin Designer Software, License ??? Enterprise System (Paladin VI Enterprise Server Software, License, configuration and integration) ??? Training ??? Program Management, mainly in the form of Program Management and Technical Interchange Meetings ??? Logistics Support (to include, Help-Line Services) ??? On-Site Technical Support ??? Documentation The approved software source under this requirement is: EDSA Micro Corporation, 16870 W. Bernardo Dr, Suite 330, San Diego, CA 92127-1678. The period of performance will consist of a base period (12 months) and four one-year options, to be exercised in increments of one-year (12 months) periods each. The total duration under this contract shall not exceed 5 years, or 60 months. The issue date of the Screening Information Request (SIR)/Request for Offer (RFO) under this requirement is February 14, 2008, with a scheduled closing date of March 20, 2008. A copy of the Screening Information Request/Request for Offer can be located at: http://faaco.faa.gov/index.cfm, on the date scheduled for issue above. The principle North American Industry Classification System (NAICS) code for this effort is 541511; Custom Computer Programming Services, with a small business size standard in dollars of $23 million. Interested sources are encouraged to review the SIR/RFO and provide questions or comments in writing to Kenneth.M.Carter@faa.gov, or via facsimile at: (202) 267-5420, by 1:00 p.m. EDST, 29 February 2008. (Note: The FAA will not respond to telephonic inquiries.) All responses to the SIR/RFO must be submitted in accordance with page 1, Block 9, and Section L, "Instructions, Conditions, and Notices to Offers" of the SIR/RFO.
 
Web Link
FAA Contract Opportunities
(http://faaco.faa.gov/?ref=6389)
 
Record
SN01503067-W 20080209/080207224136 (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  © 1994-2020, Loren Data Corp.