Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOLICITATION NOTICE

45 -- PROGRMMING & SOFTWARE DEVELOPMENT

Notice Date
4/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, Dugway Proving Ground, ACA, Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S609T0032A
 
Response Due
4/20/2009
 
Archive Date
6/19/2009
 
Point of Contact
Dayna Parkin, 435-831-2589<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the FAR (Federal Acquisition Regulation) as supplemented with additional information included in this notice. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of: (a) CLIN: 0001 1). This requirement is for the closed system communications at two locations in room 102 in building 4165 for facility control computers. The contractor shall provide the following: 1) programming and control software that will insure the facility can meet regulatory requirements for normal operations and to insure proper facility capabilities for emergency response and containment; 2) shall participate in building fail safe procedures to insure that control functions and software produce desired results; 3) shall determine the physical limitation and adaptability of existing hardware and control systems to meet regulatory response requirements; and produce detailed drawing and designs for limited capabilities for containment of chambers 100 and 103 to include the false ceiling crawl space and vestibules 105 and 111. 2). Add facility monitoring and control computers to each chamber observation room to allow direct access to data and warning for emergency response and correction activities. 3). Develop control set point for chambers 100 and 103 during emergency switch over to backup systems during vapor containment exercise as defined in the Detailed Verification Plan. FERON will be released and chambers 100 and 103; and adjacent rooms will be monitored for vapor migration until the air handler set points are identified and incorporated as a final in facility control system. Vapor migration should be zero to less than 1 WPL in any adjacent rooms. 4). Include in the current control system the ability to control each of the air handlers to the facility control computer to be installed in the chamber monitoring areas. 5). Establish max and min limits for chamber air handler operation based on mechanical design and parameters to be developed during containment operations as defined in the Detailed Verification Plan, Dated June 2008. 6). Develop an alarm page for all air handles and hood control phoenix valves in the existing facility computer control system with both visual and audible alarms. 7). Develop audible and visible alarm parameters for out of tolerance parameters on air handlers and phoenix valves. 8). Match chambers to insure no pressure differential between chambers 100 and 103; and install pressure monitors between chambers. Include in facility control computer to include alarms and set point boundaries, both upper and lower to insure chambers remain balanced and do not go beyond upper or lower set points for individual chamber operations. 9). Insure facility control computer has startup set point priority for each chamber. The exhaust should first come to a predetermined set point and then the makeup air handler should come to predetermined set points. The default set points have to be established on site in coordination with the facility operator. 10). Egress area, rooms 105 and 111 for chambers 100 and 103 are required to have a minimum air exchange rate of 4 per hour. The observed dwell time for vapor in the egress areas is from 2 to 10 hours. These rooms have to be better ventilated. Task is to analyze the air flow and develop more efficient air exchange rates to allow for proper egress during vapor contamination in the main chambers. Engineering consultation and design package for the air flow problems is required. 11). Include monitoring of actual airflow and set point for the Phoenix valves for chambers 100 and 103, to include the associated hoods from the control computer. 12). Provide printer and print capabilities for the control computer system to facilitate reporting and data distribution of facility operations. 13). Provide error and event log storage and recovery procedures of the facility computer control system. The report will include both time based and event reporting for each chamber and associated hood system. 14). The requirement for operators to perform a safety check on each of the hoods and chambers is a daily confidence check as well as a real time indicator of a failure of primary and backup air handler systems. Incorporate the test and self test from the hood monitoring systems into the facility computer control system as well as the operator check point at the face of the hoods for the blue light indicators. 15). Provide additional training for operators on the existing computer control system and the new operational procedures that are being implemented with the changes identified above. Identify check points and system interface locations and diagnostic checks for each of the sub systems associated with operations of the entire facility. Note: This is a notice of intent to negotiate on a sole source basis with Atkinson Electronics, Inc., 14 West Vine Street, Salt Lake City, UT., 84107-4721. Pursuant to 10 U.S.C. 2304 (c) (1) and Federal Acquisition Regulation 6.302-1, supplies, services and/or equipment are available from one responsible source and no other type of supplies, services and/or equipment will satisfy agency requirements. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the governments requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-09-T-0032. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 238220 ($21.0 Million) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5; Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FFAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-48, Exemption From Application Of Service Contract Act To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Certification; FAR 52.225-13, Restrictions on Certain Foreign Purchases (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); FAR 52.232-33, Payment by Electronic Funds TransferCentral Contractor Registration; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.232-7010, Levies on Contract Payments; ; DFARS 252.227-7015, Technical DataCommercial Items; DFARS 252.227-7037, Validation of Restrictive Markings on Technical Data; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports;DFARS 252.247-7023 Alt. III, Transportation of Supplies by Sea; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB; Destination, (Accountable Property Officer, Building 5464, Dugway Proving Ground, Dugway Utah, 84022), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Contractor Access to DPG; OSHA Standards; Maintenance Agreement Terms; Department of Army Personnel Reporting System; Notice To Offerors Use of Class I Ozone Depleting Substances and Legend of Acronyms and Brevity Codes. All quotes must be emailed to Dayna Parkin at Dayna.Parkin@us.army.mil in either Microsoft Office or Adobe Acrobat PDF format. For any questions or concerns you may email Dayna Parkin at Dayna.Parkin@us.army.mil. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday, 20 April 2009 at 10:00 AM.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=28c5b38b9772aa4cd3b9dfb46534c64b&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT<br />
Zip Code: 84022-5000<br />
 
Record
SN01791331-W 20090415/090413215621-28c5b38b9772aa4cd3b9dfb46534c64b (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.