Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 12,1999 PSA#2452

Regional Officer in Charge of Contracts, Naval Facilities Engineering Command, Code R120, 4262 Radford Drive, Honolulu, HI 96818-3296

J -- PROGRAMMABLE LOGIC CONTROLLERS (PLC) SOFTWARE MAINTENANCE SERVICES AT BUILDING 166, PEARL HARBOR NAVAL SHIPYARD, PEARL HARBOR, HAWAII SOL N62742-99-Q-2562 POC J. Shimoda (808) 474-3385; Contracting Officer: A. Yuen, (808) 474-3385 WEB: RFQ No. N62742-99-Q-2562, http://www.efdpac.navfac.navy.mil/ebsroot/pacindex.htm. Programmable Logic Controllers (PLC) Software Maintenance Services at Bldg. 166 Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii. The Contractor shall provide all labor, supervision, tools, materials (including software), equipment, and transportation required to provide PROGRAMMABLE LOGIC CONTROLLERS (PLC) SOFTWARE MAINTENANCE SERVICES AT BLDG 166 PEARL HARBOR NAVAL SHIPYARD, PEARL HARBOR, HAWAII by means of a combination firm fixed-price and indefinite quantity type contract. The PLCs covered under this contract are General Electric Fanuc Programmable Logic Controllers which are a part of the Navy Public Works Center (PWC) Utilities Department's Wastewater Supervisory Control and Data Acquisition (SCADA) system. The Wastewater SCADA system's remote PLCs and other telemetry units are monitored or monitored and controlled by a master station located in Bldg 166, Pearl Harbor Naval Shipyard, Pearl Harbor, Hawaii. The contractor shall (1) Perform Monthly services as follows:(a) Test and calibrate the set points of the remote GE Fanuc PLCs, and related system equipment to its design specifications. (b) Update/modify the emmulator interface communication software programming as well as the existing master station SCAN 3000 software program to reflect the current operating conditions of the system (e.g,. changing the system parameters to indicate new monitoring points, revising report formats, etc.). Upgrading of the existing system software program is Indefinite Quantity (IQ) type work which may be accomplished under paragraph 1.b. below. (c) Perform operational test and system diagnostics to verify the SCADA system operates to its latest design specifications. Testing shall cover the operation of the computer and peripherals, system initialization and failure-recovery responses, operator commands, communication programming (including emmulator interface software program between field units and SCAN 3000 program), application programming, and multiuser/multitasking software design and programming. Troubleshoot/adjust/reprogram system software as necessary to ensure the SCADA system operates to reflect the current operating condition and latest design specifications. Other work involved is 1) address questions on system software procedures/programming and update Government personnel on latest technology available as related to PLCs. 2) In addition to performing the monthly services above, the Contractor shall instruct Government personnel on any new procedures and programming on any of the Wastewater SCADA system software. Included in the instruction services are ladder logic procedures/programming for the GE Fanuc PLCs. 3) Respond to Service Call Work. For each quarter, provide 2 hours maximum, Service Call Work necessary to troubleshoot/arrest/adjust/restore malfunctioning software program to a satisfactory working condition. This contract action is for services for which the Government intends to solicit and negotiate with only New Dimension Controls under the authority of FAR 6.302-1, since they are the only firm that can effect software modifications to the custom emulator program that they developed for the Navy which integrates the functions of the various hardware components in the existing SCADA system, and they are the only firm capable of training and assisting government personnel in the application of this emulator program as required to meet the long-term goals of the Wastewater Division. Firms that have the capability to perform the above work should notify us within 15 days after the date of publication of this synopsis by submitting a Statement of Capability (SOC) which describes in detail the source's capability to perform the services specified above. Submit SOCs to e-mail address shimodajm@pwcpearl.navy.mil or facsimile no. (808) 471-9342. This notice of intent is not a request for competitive quotes. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. SIC Code 7379 applies. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government will not synopsize the options when exercised. This is a new procurement. It does not replace an existing contract. No information exists on prior contracts. Posted 10/07/99 (W-SN390142). (0280)

Loren Data Corp. http://www.ld.com (SYN# 0047 19991012\J-0015.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page