Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2006 FBO #1626
SOURCES SOUGHT

63 -- Annunciation and Alarm Monitoring Hardware System

Notice Date
5/8/2006
 
Notice Type
Sources Sought
 
Contracting Office
Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Rm. E-1815 Sacramento CA 95825
 
ZIP Code
95825
 
Solicitation Number
06SP201052
 
Response Due
5/19/2006
 
Archive Date
5/8/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
The Bureau of Reclamation is issuing this announcement to identify potential certified HUBZone and/or 8(a) Small Business concerns who would be interested in supplying and installing a turn-key Annunciation and Alarm Monitoring Hardware System for Folsom Power Plant, Switchyard, and Pumping Plant to replace the Relay Logic Annunciation and Alarm System (current system). The system shall be designed considering all the criteria and specifications as outlined in a statement of work. This includes design, purchase, programming, installation, commissioning, demolition, and training. A supervisory control workstation shall be included as part of the proposed system, setup with any software, licenses, and hardware necessary to communicate, monitor, alarm, operate, query, enhance, and support the new proposed Annunciation and Alarm Monitoring System. The main or central control of the proposed Annunciation and Alarm Monitoring System shall be fed alarm signals sent by supplied devices from up to seven separate remote locations through already installed government provided fiber optic lines. The system shall include alarm history and reporting functions. The contractor shall install and commission all equipment, components, and hardware necessary for the entire system to operate and function properly in accordance with the statement of work and critical mission needs. The Contractor shall remove all the existing current annunciation system after installation, verification, commissioning, and acceptance of the new system. The applicable North American Industry Classification System (NAICS) Code is 334513 and the related small business size standard in number of employees is 500. However, the government reserves the right to change the classification if deemed necessary. Interested parties should include the following information in their response: (1) Business name, address, cage code, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone), and a point of contact. (b) A copy of the certificate issued by the SBA of your qualifications as a HUBZone small business concern. (c) A positive statement of your intention to submit an offer for this solicitation as a Prime Contractor and (d) Evidence of your experience in providing the required equipment and performing work similar in type and scope to include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers within the past 5 years. In addition, include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. This procurement is being considered for 100 percent set-aside for HUBZone small business concerns; however, all interested parties are requested to respond. If adequate interest or sufficient supporting documentation is not received from HUBZone concerns, the solicitation may be issued as a small business set-aside or unrestricted basis without further notice or may be canceled. Therefore, replies are requested from all interested parties, regardless of business size or category. All interested parties are encouraged to respond to this notice on company letter head not later than May 19, 2006 to Fred Powers-MP-3816, U.S. Dept of the Interior, Bureau of Reclamation, Mid-Pacific Region, Acquisition Services, 2800 Cottage Way, Room E-1815, Sacramento, California 95825-1898. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, applied to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://www.orca.bpn.gov. The Government plans to offer any interested contractors an opportunity to visit the site prior to submitting their letter of interest and experience qualifications. Should you have any technical questions or details of the site visit, contact Daniel Vallejo at (916) 989-7182. It is anticipated that award will occur in September 2006.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=BR142520&objId=173070)
 
Place of Performance
Address: Folsom Power Plant, Folsom, CA
Zip Code: 95630
Country: U.S.A.
 
Record
SN01043992-W 20060510/060508220858 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.