Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
MODIFICATION

59 -- St Stephens Governor Replacement

Notice Date
7/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
443120 — Computer and Software Stores
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-11-T-0010
 
Archive Date
8/24/2011
 
Point of Contact
Walter Gordon, , Laurie Infinger, Phone: 8433298081
 
E-Mail Address
walter.l.gordon@usace.army.mil, laurie.s.infinger@usace.army.mil
(walter.l.gordon@usace.army.mil, laurie.s.infinger@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPOSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE.THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED ANDA WRITTEN SOLICITATION WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUSTITION PROCEDURES. This solicitation is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005- 53. Submit written proposals on RFP number W912HP-11- T-0010. The associated North American Industrial Classification System (NAICS) code for this procurement is 443120 with a small business size standard of $25.5 million. This requirement is a 100% Small Business Set Aside. The Government intends to award a Firm-Fixed-Price (FFP). The full text of a FAR Provision or clause may be accessed electronically at http://acqusition.gov/comp/far/index.html Delivery : Delivery terms shall be FOB Destination Period of Performance: The Period of Performance shall be 30 days from the date of award. Instructions, Conditions & Notices to Offeror Evaluation Criteria : The Acquisition Strategy used for this solicitation will be utilizing a Lowest Price Technically Acceptable Process as outlined in the Federal Acquisition Regulation (FAR) Subpart 15.101-2. Award shall be made to the Contractor whose proposal is technically acceptable, and offers the lowest price to the Government. The Government will evaluate proposals based on the following evaluation criteria: 1) Price and 2) Technical. In order to be considered technically acceptable, contractors will submit the following: 1) Project profile sheets for two projects that are similar in scope, and complexity of this project, and have been completed within the past 5 years (please see attachment 1). 2) Contractors must have been in business for at least 3 years. All contractors will provide documentation, proving that their business is at least 3 years old (i.e. business license, business award or certificate, etc.) Price: Completed Bid Schedule: CLIN 0001, Replacement HMI Touchscreen, Qty 3 each CLIN 0002, Software purchase and set up, Qty 3 each CLIN 0003, On Site Commissioning and Start Up, 1 Lump Sum CLIN 0004, Travel, 1 Lump Sum Total CLINS 0001-0004 NOTE: All offerors will submit pricing on their company letterhead. Basis For Award Award will be made to that Offeror whose proposal is technically acceptable and has the lowest price that is determined to be fair and reasonable. Additional Proposal Items: 52.203-3 Gratuities (Apr 1984), 52.204-7 Central Contractor Registration, Completed 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009), 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Fed 2010), 52.219-1 Small Business Program Representations (May 2004), 52.219-6 Notice of Small Business Set-Aside (May 2004), 52.222-3 Convict Labor (June 2003), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Mar 2007), 52.225-1 Buy American Act-Supplies (June 2003), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), 52.222-41 Service Contract Act of 1965 (Nov 2007), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistions of Commercial Items (Nov 2009), and 252.204-7004 Alt A Central Contractor Registration (Sep 2007). Statement of Work This document describes the specifications for the supply, install and commissioning of new Governor System Human-Machine Interface Panels for St Stephen Powerplant Governor Systems, located in St Stephen, SC. •1 GENERAL St Stephen Powerplant operates three (3) hydroelectric generators, with each turbine system controlled by a GE/Woodward Micro-Net System. These Micro-Net Systems interface with Xycom Automation Model 3512T touch screen panels. These panels provide status as well as an interface for local control of the governor system. The panels currently use Windows NT as an operating system and employ Fix32 control software. Multiple failures have occurred with the current panels and all three (3) will be replaced. •1.1 SCOPE This request for proposal is for the supply and commissioning of three (3) replacement Touchscreen Panels compatible with the GE/Woodward Micro-Net Control System. The replacement panels shall be keyboard integrated touch screens. Panels shall be equipped with dual hot swappable hard drives. Cabinet opening for new panels shall not exceed 15.1"W X 11.1"H. The new panel shall provide a complete system overview, including but not limited to, speed, head values, gate position, gate set point, generator power, generator frequency, and breaker status. The panel shall be capable of providing local commands for start/stop functions. On-line control shall include, at a minimum, wicket gate limit, wicket gate position, load control, auto/manual selector control, brake control and wicket gate lock control. All panel operations shall be discussed prior to implementation. Screenshots of existing system have been provided. A copy of all necessary existing control files will be made available upon request. 1.2 SITE VISIT Offerors and quoters are urged to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost or contract performance, to the extent that the information is reasonably obtainable. Failure to do so does not relieve the offeror from its responsibility to properly estimate the cost and complexity of successfully performing the work. In no event shall failure to inspect the site constitutue grounds for a claim after contract award. An organized site visit has been scheduled as outlined below. Offerors must contact Mr. Daryln Grigsby (email preferred method). THERE WILL BE ONLY ONE SITE VISIT. Site Visit Date: 27 July 2011 (10am EST) Location: 1275 Rediversion Road St Stephens, SC 29479 Contact: Mr. Daryln Grigsby Email: Daryln.L.Grigsby@usace.army.mil •1.3 DELIVERY All equipment will be delivered to: St Stephen Powerplant ATTN: Daryln Grigsby 1275 Rediversion Road St Stephen, SC 29479 •1.4 ACCEPTANCE All equipment, software and programming supplied under this SOW will be warranted against defect for at least one year after supply. If deficiencies are found inside the warranty period, the Contractor must make the necessary repairs without further cost to the Government. Wage Determination http://www.wdol.gov/sca.aspx#0, WD 05-2473 (Rev.-13) Proposal Delivery Information: A ll proposals shall be received in their entirety not later than 2:00pm EST on August 9, 2011at the U.S. Army Corps of Engineers, Charleston District, Contracting Division, 69-A Hagood Avenue, Charleston, SC, 29403. Any questions or concerns regarding this solicitation shall be forwarded in writing to Contract Specialist, Walter Gordon, Jr. at the email ddress, walter.l.gordon@usace.army.mil The last date for questions and answers for this solicitation shall be Wednesday August 3, 2011, 12 Noon EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/799988f8c98531f7696ea900623d3167)
 
Place of Performance
Address: 69A Hagood Avenue, Charleston, South Carolina, 29403, United States
Zip Code: 29403
 
Record
SN02503031-W 20110721/110720000716-799988f8c98531f7696ea900623d3167 (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.