SOLICITATION NOTICE
63 -- Upgrade existing Circon monitoring system - Map
- Notice Date
- 8/29/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of Agriculture, Agricultural Research Service, South Atlantic Area, Area Office, 950 College Station Rd., Athens, Georgia, 30605, United States
- ZIP Code
- 30605
- Solicitation Number
- RFQ-010-43YK-09
- Archive Date
- 9/29/2009
- Point of Contact
- Kelly L. Bero, Phone: 706-546-3025
- E-Mail Address
-
kelly.bero@ars.usda.gov
(kelly.bero@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Description
- SEPRL map This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number RFQ-010-43YK-09 is issued as a request for quotations and incorporates provisions and clauses that are in effect through FAC 2005-32. The NAICS code applicable to this acquisition is 238290. The small business size standard is 100 employees. This procurement is unrestricted. USDA, ARS, SEPRL requires an upgrade to Circon API modules to Circon LNS modules for compatibility with new software and to comply with BSL-3AG documentation requirements. SEPRL is requesting removal of older modules which utilize API-based database architecture and are operated by Circon Site Manager Software on Windows 98 and Windows 95 computer systems and upgrade the existing Circon monitoring system. The replacement modules must be LNS database compliant and integrate with existing Circon Visual Integrator (v.3.6.44) and Specter Instruments, Win911 Alarm notification and Annunciation (v. 7.09) software packages. SEPRL is also requesting removal of overhead communication wiring to reduce lightening strike damage and reroute through existing Ethernet network. The following is the specifications to upgrade this monitoring system: 1. Replace existing API database modules (12 modules) in buildings 1, 3, 4, 5, 6, 7, 9, 13, 15, 30, 31and 34 with 6-input LNS database modules and integrate into Visual Integrator and Win911 software. Contractor needs to install new 6-input module in building 2 for monitoring of room temperature and static pressure. Label all inputs and set up all alarms for all twelve buildings. 2. Replace existing API database modules (4 modules) in buildings 7, 34 and 38 with 12-input LNS database modules and integrate into Visual Integrator and Win911 software. Label all inputs and set up all alarms. 3. Replace existing API database modules (4 modules) in building 37 with 12-input LNS database modules, add an additional module for monitoring of 12 temperature points in 4 sewage decontamination tanks and integrate into Visual Integrator and Win911 software. Label all inputs and set up all alarms. Also program modules to automate sewage decontamination process of lab and animal room waste in a 4-tank, 14,000 gallon capacity sewage decon facility. All programming must be thoroughly tested and proven to operate before payment will be approved 4. Reroute communications of modules with the computer system from overhead wiring to the existing Ethernet network with appropriate routers. 5. At least two days of on-site training is required and a warranty period of 12 months which includes all labor and parts. 6. Set up trend analysis on all alarm points in upgraded system. Data should be stored on the local computer. The government anticipates award of a contract resulting from this solicitation to the responsible offeror whose offer conforming to the specifications will be most advantageous to the Government. PAYMENT: Any award made under this solicitation is subject to 31 CFR Part 208 which requires all payments made by the government to be made by electronic funds transfer. Please note on your proposal if you will accept a government purchase (VISA) card. This solicitation incorporates the following FAR clauses, provisions and addendums: 52-212-1 Instructions to Offerors-Commercial Item; 52.212-3 Offeror Representations and Certifications-Commercial Items - annual representations and certifications are required. Offers shall include a statement as follows on their offer: the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at http://orca.bpn.gov have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference, except for paragraphs ______________; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. In paragraph B of 52.212-5, the following apply: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, 52.225-33. In the event the vendor will accept payment via the Government Purchase Card (VISA), the vendor shall annotate on its offer that it will accept the purchase card, and clause 52.232-33 will be superseded by clause 52.232-36. All sources wishing to provide a quotation must respond by 5:00 PM, June 18, 2009. Quotations should be addressed to USDA Agricultural Research Service, 950 College Station Rd, Athens, GA 30605. POC is Kelly Bero, Purchasing Agent, 706/546-3025. Faxed or emailed responses are acceptable. All responses will be evaluated to determine the equipment's capability to meet the above requirements. The Government shall award a contract resulting from this solicitation to the responsive/responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government per FAR 13.106-2. The anticipated award date is September 14, 2009. All responsible sources may submit a quotation which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/SAA-GA-A/RFQ-010-43YK-09/listing.html)
- Place of Performance
- Address: 934 College Station Rd., Athens, Georgia, 30605, United States
- Zip Code: 30605
- Zip Code: 30605
- Record
- SN01933212-W 20090831/090829234313-71e5a301c3088c5afc6e2c2d2be0832b (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 |