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