Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2009 FBO #2698
SOLICITATION NOTICE

70 -- Upgrade APOGEE software, provide data back up service, remote diagnostic service, scheduled on site maintenance, and training for personnel. Name brand SIEMENS required.

Notice Date
4/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, 141 ARW/LGC, WASHINGTON AIR NATIONAL GUARD CONTRACTING OFFICE, 141 ARW/LGC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
F6TSCE9056A001
 
Response Due
4/24/2009
 
Archive Date
6/23/2009
 
Point of Contact
Heidi R Weber, 509 247 7224<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F6TSCE9056A001 is issued as a Request for Quote (RFQ). This request for quote is due by 24 APRIL, 9:00am Pacific Time. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 334419. Period of performance is 1 MAY 2009 TO 30 APRIL 2010, WITH FOUR OPTION YEARS: 1 MAY 2010 TO 30 APRIL 2011, 1 MAY 2011 TO 30 APRIL 2012, 1 MAY 2012 TO 30 APRIL 2013, AND 1 MAY 2013 TO 30 APRIL 2014. Government has the unilateral option to exercise options as needed each year. Contractor will be given 45 days notice of intent to exercise option period. Provide a quote clearly listing price for: Software Upgrade: Upgrade the APOGEE software to the current version (Insight 3.x.). Software must be upgraded at the server and at the cabinet location throughout the facilities (see statement of work for specific locations). The service contract will provide, Software Upgrade, Data Back Up Service, Remote Diagnostic Service, Scheduled On Site Maintenance and Training for Civil Engineering personnel. QUOTE SHALL REFLECT: Individual Software upgrade, data back up service, remote diagnostic service, scheduled on-site maintenance, and training cost BASE YEAR Individual Software upgrade, data back up service, remote diagnostic service, scheduled on-site maintenance, and training cost OPTION YEAR 1 Individual Software upgrade, data back up service, remote diagnostic service, scheduled on-site maintenance, and training cost OPTION YEAR 2 Individual Software upgrade, data back up service, remote diagnostic service, scheduled on-site maintenance, and training cost OPTION YEAR 3 Individual Software upgrade, data back up service, remote diagnostic service, scheduled on-site maintenance, and training cost OPTION YEAR 4 QUOTE SHALL REFLECT: MONTHLY DOLLAR TOTALS AND YEARLY DOLLAR TOTALS BASE YEAR OPTION YR 1 OPTION YR 2 OPTION YR 3 OPTION YR 4 5 YEAR DOLLAR TOTAL (SUBMIT ONE DOLLAR AMOUNT). This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 13.5, Test Program for Certain Commercial Items. This requirement is for: SERVICES NON-PERSONAL: Furnish all labor, tools, equipment, material, transportation and supervision to: STATEMENT OF WORK/DESCRIPTION OF SERVICES: DDC Control Service Contract April 2009 Please provide an annual AND MONTHLY cost for the following services: Software Upgrades. Upgrade the APOGEE software to the current version (Insight 3.x). Software must be upgraded at the server and at the cabinet locations throughout the facilities (appx 50 cabinets, located at Camp Murray, McChord, Paine Field, and Boeing Field)...all within WESTERN WA state. Data Back Up Service. Back up the building control data on a regularly schedule basis. Store data off the ANG installation. Currently, the firewalls on the communications system will prevent on line backups. Remote Diagnostic Service. Provide telephonic or on-line diagnostic service as needed throughout the year. Scheduled On Site Maintenance. Provide an Automation Specialist for 8 hrs once per quarter (total of 32 hours) for on-site maintenance of the software and code. Training. Provide 1 class for two people at the manufacturer's location for Workstation Operations. The class should be the manufacturer's standard scheduled class. The goal of the class is for the students to become aware of the correct operation of the software and control of the building systems. This is a NOTICE OF INTENT TO AWARD A BRAND NAME CONTRACT using simplified acquisition procedures of FAR Part 13 to procure: Software Upgrades, Data backup Service, Remote Diagnostic Service, Scheduled On Site Maintenance, and training for the Washington Air National Guard, 254 RHF, Camp Murray, Tacoma, WA. The Government intends to award a brand name contract for above product to SIEMENS. NOTICE OF INTENT TO AWARD BRAND NAME SIEMENS using the simplified acquisition procedures. Only one responsible source and not other supplies or services will satisfy the agency requirements. In this project, we will be replacing an aging HVAC system for a building with a new, more efficient HVAC system. Part of that system is the Direct Digital Control (DDC) system that controls and monitors the HVAC units. The DDC system consists of electronic devices that attach to various points on the HVAC system, and a central control panel. These components then interface with the Installation DDC Infrastructure that is already established to run all of the facilities for the Western WA ANG. This established backbone is a Siemens brand system. The components that are currently in place are Siemens components. This contract would replace or augment those items necessary for operation and monitoring of the new HVAC system. The individual components must be able to interface and communicate with the existing Siemens backbone system. There are components from other manufacturers that the Siemens infrastructure can monitor, however, only Siemens products are able to be controlled by the operating system that resides in the BCE section. From our terminal, we can turn on, turn off, and adjust all the HVAC systems for the base. This gives us the ability to immediately troubleshoot and adjust HVAC units in case there are problems. Other products would require a third party interface to translate information, and a separate computer program to run just that one building. We had this arrangement in one of our buildings at one time and had to replace it because it did not work. Siemens technicians periodically come down and perform maintenance on the code in the program, and this is where much of the conflict comes in with other components. As this is a replacement of one small part of an overall system that has been in place for numerous years, this is not a new requirement. Any future component replacements of the DDC system would need to also be Siemens products. The Siemens brand products are carried by many distributors, so competition among vendors is available. Delivery of the service will be not later than 1 May 2009. All quotations received within 5 days after date of publication of this synopsis will be considered by the Government. Information received will be considered solely for the purpose of determining whether a competitive procurement. For specific questions, please contact Heidi R. Weber, Contract Specialist, heidi.weber@ang.af.mil. Interested persons may identify their interest and capability to respond to the requirement not later than 9:00 AM PST, 24 April 2009. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov The following provisions and clauses are incorporated in this notice. " FAR 52.204-7, Central Contractor Registration; " FAR 52.212-1, Instructions to Offerors Commercial Items; " FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs); " FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); 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, incorporating the following: FAR 52.233-3, Protest After Award; FAR 52.233-3, Applicable Law for Breach of Contract Claim; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, Alternate FAR 52.219-28, Post Award Small Business Program Representation 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; FAR 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Hire FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Government Installation (when applicable) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.233-2, Service of Protest FAR 52.252-2, Clauses Incorporated By Reference DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) (only for Air Guard Orders) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Transportation of Supplies by Sea; Alternate III 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _45 days_____ 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within _45 days____ provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _45__ days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.232-19 -- Availability of Funds for the Next Fiscal Year. Funds are not presently available for performance under this contract beyond __30 APRIL 2010_____. The Governments obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond _30 APRIL 2010____, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. The date, time and request for quote offers are due: 9:00 a.m Pacific Time on 24 APRIL 24 2009 to heidi.weber@ang.af.mil or 509 247 7224. Applicable Wage Determination WD 05-2567 (Rev.-10) was first posted on www.wdol.gov on 11/04/2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b44dd057322656c47fc5335a01321ab8&tab=core&_cview=1)
 
Place of Performance
Address: 254 RHF Washington Air National Guard Camp Murray WA<br />
Zip Code: 98430<br />
 
Record
SN01792453-W 20090416/090414221437-b44dd057322656c47fc5335a01321ab8 (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.