Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2009 FBO #2757
SOLICITATION NOTICE

59 -- Siemen HVAC Direct Digital Control System

Notice Date
6/12/2009
 
Notice Type
Presolicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-09-Q-AA1318
 
Point of Contact
Brenda S. Bartlett, Phone: 757-628-4263, Jeanie S Thorne, Phone: 757-628-4109
 
E-Mail Address
brenda.s.bartlett@uscg.mil, jeanie.s.thorne@uscg.mil
(brenda.s.bartlett@uscg.mil, jeanie.s.thorne@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a NOTICE OF INTENT: The United States Coast Guard (USCG) Maintenance and Logistics Command Atlantic (MLCLANT) in Norfolk, VA intends to award on a sole source basis to: Siemens Building Technology, Inc., 104 Sebethe Drive, Cromwell, CT 06416. The proposed acquisition is for purchasing the following: maintenance and repair of Siemen HVAC Direct Digital Control System: 3 Stand Alone Control Units (SCU), 13 Modular Building Controllers (MBC), 9 Remote Building Controllers (RBC), 32 Unitary Controllers (UC), 3 Digital Point Units (DPU), 1 Multiple Point Unit (MPU), 643 Terminal Equipment Controllers (TEC), 1 Local Area Network (LAN) and 5 Floor Level Network Controllers (FLNC). The preventative maintenance services shall include the annual maintenance recommended by the equipment manufacturer and shall include cleaning, testing, calibration and any lubrication. In addition, the contractor shall calibrate all critical control loops and report on all maintenance and calibration performed. There are at least 55 critical control loops that need to be maintained under this requirement. Siemens manufactured all critical loops. For each critical loop, the contractor shall test and adjust all associated control equipment to ensure the Direct Digital Control System accurately controls the loops. The contractor shall be familiar with the control system 600 software and assist with program changes. The contractor shall provide and load software updates and backups and protect critical computer files. In addition, the contractor shall provide troubleshooting and repair services using a contractor provided remote computer connection. The contractor shall also provide on-site service calls. The applicable North American Industry Classification Standard (NAICS) Code is 238210 (Electrical Contractors and Other Wiring Installation Contractors) with a size standard of $25 million. This notice of intent is not a request for competitive proposals however; interested persons may identify their interest and capability to meet the government requirements and will be taken into consideration. The proposed contract action is for maintenance and repair for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.303-1. For information regarding this acquisition please contact Brenda Bartlett, Contract Specialist by phone at (757) 628-4263, electronic mail at Brenda.S.Bartlett@uscg.mil, or facsimile at (757) 628-4135. When submitting your firms capabilities for consideration please include the following information: Name of Company and Address, Point of Contact and Phone number, business size (small, veteran-owned small business, service-disable small business, HUBZone, 8(a), Small Disadvantaged business, woman owned or large business). In addition, past performance information and a capability statement shall be submitted. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 1-888-227-2423. This notice does not constitute a Request for Quote or Request for Proposal; and, it is not considered to be a commitment by the Government nor will the Government pay for information solicited: no basis for claim against the Government shall arise as a result from a response to this notice or Government use of any information provided. At this time no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. The government reserves the right to consider any arrangement as deemed appropriate for this procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-09-Q-AA1318/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Academy, 15 Mohegan Avenue, New London, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN01843593-W 20090614/090612235530-f6edf06df645ca1f5acdbfdcdbebdd3d (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.