SOLICITATION NOTICE
70 -- SAFETY SOFTWARE AND FIRMWARE
- Notice Date
- 8/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ-09-T-0026
- Response Due
- 9/4/2009
- Archive Date
- 11/3/2009
- Point of Contact
- Mattie Nathalene McLaurin, 703-428-7407
- E-Mail Address
-
US Army Humphreys Engineer Center Support Activity
(mattie.n.mclaurin@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Reference Number W912HQ-09-T-0026 is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. This solicitation is a 100 percent set-aside for small business concerns. The associated North American Industrial Classification (NAICS) code is 541511 and small business size standard $25.0. This requirement includes the following item: Line Item 0001 SAFETY SOFTWARE AND FIREWARE. SOFTWARE UPGRADE FOR ANDOVER CONTROLS ENERGY MANAGEMENT SYSTEM IN ACCORDANCE WITH THE STATEMENT OF WORK BELOW: STATEMENT OF WORK A.1. Contractor shall provide all supervision, material, labor, and equipment, to upgrade the existing Andover Controls Software and Firmware located in building 2593 (Kingman). Contractor shall furnish all materials and equipment needed for this project (this project is considered turnkey all-inclusive). The project location is at Humphreys Engineer Center 7701 Telegraph Road, Alexandria, VA 22315. Point of Contract (POC) for questions or to visit project (recommended) site is James A. Tidwell 703-428-6350 room 2D06 in the Kingman Bldg. 2593. Summary: The Humphreys Engineer Center Support Activity (HECSA) currently has an NT Server and 3 work stations that supports the automated monitoring and control of air conditioning and heating environment in the Kingman and Casey buildings at HECSA. The system is on its own network and does not communication with the USACE network. This environmental monitoring system was purchased over 10 years ago and requires an upgrade to improve the performance of the hardware, operating system and the application software. Requirements Description: a.Hardware Requirements: Contractor shall furnish the equipment as shown below: (1)(1) DELL PowerEdge 2900 Server, complete with Windows Server 2003 R2, Standard Edition SP2, 5 CALs and Microsoft SQL Server" 2005 Std (5 CAL). (2)ACE-IT will provide the work stations 3 Dell 5400. b.Maintenance Support Requirements: The Contractor shall perform the following services: (1) Provide the licenses and software media to HECSA for ACE-IT. (2) Check, test, and start the system for users to perform the required monitoring capabilities. (3) Provide a full one-year warranty on all labor, parts and programming. (4) Installation of the software/systems will include configuration management, loading the operating system and application, and migration of any data from the current system into the new environment. (5) The Contractor will be required to provide the maintenance support to the Server, Operating System and the application/LAN software on the workstations. (6) ACE-IT will be responsible for providing maintenance support for the work stations that are provided by the government. (7) Contractor shall provide three year PRO support for Server. (8) Contractor shall reload all existing graphics, points, schedules and alarms. (9) Contractor shall configure trend logs for the existing KW meters still attached to the Andover Controls system. c.Delivery location: Contractor shall deliver the equipment to: HECSA (Alexandria, VA) 7701 Telegraph Road Building 2593 Alexandria, VA 22315 ATTN: James A. Tidwell @ 703-428-6350 d.Schedule: Delivery and installation shall be scheduled 2 weeks in advance to James Tidwell @ 703-428-6350 e.Contractor shall provide and install the following Software: (1)Install the Windows Server 2003 R2, Standard Edition SP2, operating system and MS SQL 2005, Standard, with five Cal on the Power Edge Server. (2)Install the software on three workstations provided by the HECSA with the following tags: CB8BDG1, DB8BDG1, B94DDG1. (3)Upgrade the firmware of the three (3) existing CX9200 Controllers to Revision 1.5x (4)Repair the database of the one (1) CX9200 Controller. (5)Reload all existing graphics, points, schedules and alarms on the system. (6)Load three copies of Andover Controls Continuum LN Software, Revision 1.9, HVAC. (7)See items listed in section C above for administration details. f.Hardware warranty: Standard warranty support with next business day response time is required. g.Ownership: It is expected that the equipment will be installed and incorporated to support the current environmental monitoring requirements. Contractor will provide all the appropriate licenses and warranties to HECSA (James A. Tidwell). B.1. Contractor shall install materials IAW EM 385-1-1, US Army Corps of Engineers Safety and Health Requirements Manual, National Electric Code (NEC) and, 28 CFR Part 36 and Public Law 101-336 -Americans with Disabilities Act (ADA). B.2. Contractor shall furnish the government a warranty for a minimum of one year for parts and service (at no additional cost to the government), including all labor and service calls if needed. Contractor shall also submit Manufacturers extended warranties on equipment to the POC. B.3. The contractor shall not leave any areas in an unsafe manner and shall remove debris from the complex on a daily basis. B.4. Contractor shall verify measurements and site conditions. Contractor shall provide submittals (and be approved by the POC) for all equipment and materials prior to purchase. B.5. Any Government property damaged by contractor shall be repaired to a condition acceptable to the Government at no additional cost to the Government. B.6. All new installation may be performed during duty hours. Exceptions must be approved by the P.O.C. prior to working other than the stated hours. Saturday and Sunday work may be a requirement at no additional cost to the government. B.7. Safety equipment shall be worn at all times. B.8. Contractor shall be responsible for obtaining all information of manufacture requirements, and shall install all materials and equipment in accordance with manufacturer's requirements. B.9. All work shall be done in a professional workman like manner. B.10. All material used for this project shall be new, and any requests to use equivalent parts and materials must be made and approved by the POC prior to purchase/installation of materials. B.11. Project shall not be accepted until 100 % complete and operational to the satisfaction of the P.O.C. (James Tidwell 428-6350) or HECSA Facility Manager (JoAn Meredith - 428-6549). Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The following provisions apply: FAR 52.212-1, Instructions to Offerors-Commercial and The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items applies to this acquisition, FAR Clauses 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, 52.222-50, Combating Trafficking in Persons. The following DFARS clause is applicable: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items with following clauses that apply: 52.203-3, Gratuities and 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The date, time, and request for quote offers are due: 10:00 AM, EST, 04 September 2009 Electronic quotes are preferred, but fax quotes will be accepted. Offers may be submitted to: mattie.n.mclaurin@usace.army.mil, Subject line: Solicitation No. W912HQ-P-09-T-0026 or via facsimile at 703-428-8181, marked to the attention of Mattie (Nay) McLaurin, Phone: 703-428-7407. Responses and questions are to be emailed to Mattie McLaurin. All quotes should include your companys cage code, Taxpayer Identification number, and DUNS Number. Quotes/offers received after the specified due date will not be considered for the award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-09-T-0026/listing.html)
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
- Zip Code: 22315-3860
- Zip Code: 22315-3860
- Record
- SN01926313-W 20090827/090826001645-d42c506470479aa1d2aeab31376f13dc (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 |