SOLICITATION NOTICE
N -- Water Treatment Plant (WTP) Supervisory Control and Data Acquisition (SCADA) Replacement Sheridan WY
- Notice Date
- 8/14/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25919Q0566
- Response Due
- 8/30/2019
- Archive Date
- 10/29/2019
- Point of Contact
- 406-447-6730
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote (RFQ) #: 36C25919Q0566 Water Treatment Plant (WTP) Supervisory Control & Data Acquisition (SCADA) Replacement This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. Oral quotes will not be accepted. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 3:00pm EST, 8/20/19 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. Send to Kim.Cooper3@va.gov ** Quotes are to be provided to Kim.Cooper3@va.gov no later than 6:00pm EST, 8/30/19. This is a Request for Quote (RFQ) and the solicitation number is RFQ # 36C25919Q0566. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-05, August 13, 2019 and Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at www.acquisition.gov/far/index.html and www.va.gov/oal/library/vaar/ The North American Industrial Classification System (NAICS) code for this procurement is 541511 with a small business size standard of $27.5M. This solicitation is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concern. To be considered for award prospective offerors must be a verified SDVOSB in the VA center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) at the date and time set for receipt of offers. Offerors must also be actively registered in SAM database http://www.sam.gov. An Offeror who is not verified SDVOSB or actively registered in SAM at the date and time set for receipt of offers will have their offer rejected as non-responsive and will not be considered for award. This procurement is for NEW EQUIPMENT ONLY, no remanufactured or gray market items. All equipment must be covered by the manufacturer s warranty. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discover of such items. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Replace SCADA System for WTP (See SOW for details of requirements needed) Detailed description will need to be provided. Shipping shall be included FOB Destination. 1 JB _____________ Period of Performance: Completion 90 days ARO Annual Total Description of Requirements for the items to be acquired (salient characteristics); The VA Medical Center in Sheridan Wyoming is in need of a contractor to provide SCADA Replacement for Water Treatment Plant (WTP). See the attached Statement of Work for further details. Statement of Work Sheridan VA Medical Center SCADA Replacement for WTP The Sheridan Veterans Administration Healthcare System (SVAHCS) intends to award a Fixed Priced contract for SCADA replacement for a completion date of 90 days after award has been received. 1. Background: The VA Medical Center located at 1898 Fort Road Sheridan, Wyoming 82801 has a need for SCADA replacement. The existing SCADA system is based on RSview32 software, which is classified as an integrated, component-based HMI for monitoring and controlling automation machines and processes. This system is not a complete SCADA system, has outdated graphics, has incomplete plant control, has a lack of nationally based system support, does not have an automated backup system, and needs replaced. 2. Requirements: Replacement of the existing RSView32 based SCADA System currently installed in the VAMC Sheridan, WY Water Treatment Plant. The new SCADA system supplied shall meet the VA specifications for Boiler Plant Controls and Instrumentation, Section 23 09 11 and as such shall be acceptable for use in VA facilities. The new system shall be an industrial grade HMI/SCADA control platform approved equal to the GE Cimplicity full plant automation software package or Trane Tracer Ensemble and shall allow the facility to fully utilize their control system for monitoring, trending, and archiving the data, and control. 3. Scope of the work: a) Inputs available to the workstation include all analog and digital signals originating from the existing Siemens S7-300 and Allen-Bradley PLC Controls. b) The following hardware and software shall be provided with display graphics with recording and logging of all sensed signals and alarms. The equipment includes at a minimum; Computer in Mid-Height Tower Case with Intel i7 class quad-core processor, with the following specifications: a. 16 GB RAM. b. 512 MB Video. c. Triple 1 TB Hard Disk Drives in a RAID / Backup type configuration, d. DVD/CD-R Writer. e. Mouse. f. Keyboard. g. Speakers c) System backup shall be provided between the two furnished hard drives in a RAID configuration, with a third 1Tb hard drive as a dedicated backup drive. Historical backup shall be provided using the DVD/CD Writer to allow for off-site backup security. System shall include MS Windows 10 operating system with drivers as required for system. Graphics package shall include screens, reports and alarms, as specified in original control system. Configuration shall be approved equal to G.E. Cimplicity HMI software, version 9.5. or Trane Tracer Ensemble. Software shall not be proprietary in that any qualified and trained technician will be able to work on the system. Software and passwords shall be property of the VA and shall be accessible by the VA if desired. Once the new system is installed, change from the existing SCADA system to the new shall not require the shutdown of the water plant for more than eight continuous hours. Between shutdowns the plant shall have the capability to produce acceptable treated water. Integration of the new system shall be seamless. 4. System Shall Contain: a) RS-485 to RS-232 Signal Converter and LAN switches, as needed for supplied equipment. b) One 24-inch DVI/HDMI Color LCD Flat Wide Screen Monitor, 1600 x 1200 pixels with 0.26 mm minimum dot pitch furnished with the SCADA system. c) Report/Graphic Printer is a dedicated business class laser printer, suited for paper sheets of up to 8.5" x 11". d) APC SU-1000 UPS supplied for the processor & monitor. e) Control, with screen input, of three devices in addition to what is shown in the original contract documents. 5. Services Shall Include: a) Submittals for materials to be supplied and installed including graphics examples. b) Engineering services for completing the software development, graphics, report generation, etc., for the computer workstation. c) Site services to include one trip of three consecutive site days for startup and commissioning of the computer workstation. d) Site services to also include Two trips of three consecutive site days, at a minimum of two to three weeks after the startup to provide training and to check the performance of the system. e) Shipping receiving and handling for all supplied SCADA components. 6. Schedules, Notes and Terms: a) Submittals are required, and shall be provided within two weeks after Notice to Proceed (NTP) b) All manuals shall be provided in PDF format, and one printed manual shall be provided at completion of project at no additional charge. c) Eight hours of Startup & Training shall be included. 7. Site Visit: Offerors are urged to request a site visit to inspect the site where services are to be perform and to satisfy themselves regarding all general and local conditions that may affect the cost of the contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 8. Work Schedule: a) Work to be done during regular business hours. 7:30am to 4:00pm Monday through Friday b) Work to be performed shall be scheduled to allow filling of the VA water tower a minimum of every 24 hours between required water treatment plant shut downs. c) EPA and WDEQ permits and fees shall be provided by the contractor. 9. Primary Control System Company Responsibilities: a) Contractor shall provide a system supported by a nationally recognized Primary Control System Company having the ability to provide on-site representation within two hours of receiving a notification of system issues from the Sheridan Wyoming VA. b) Technical support shall be available by the nationally recognized Primary Control System Company providing the software for the SCADA system via phone, online and/or field services per the preference of the VA. END OF SOW Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at 1898 Fort Road, Sheridan, WY 82801 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through contractors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Contractors socioeconomic status must be verified in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/. Unverified contractors will be considered non-responsive. Contractors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the contractor making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Any award made resulting from this solicitation will be made based on the best overall quote that is determined to be the best overall value to the Government, considering (I) Technical Capability and (II) price. Respondents to this announcement shall submit their quote on Contractors Letterhead in accordance with FAR 52.212-1. Submission of quote shall include the following volumes: (I) Price (II) General Standards of Responsibility. Volume I - Price Complete the Price Schedule of Supplies/Services of this solicitation, with proposed line item prices inserted in appropriate spaces and detail/itemize the pricing or add additional line items, if applicable. Vendor may provide break out of cost with additional line items, if desired. Volume II General Standards of Responsibility The contractor shall submit a narrative which shall address in detail how the offeror proposes to accomplish each requirement from the Statement of Work (SOW) with all documents necessary to validate the technical requirements are met (or exceeded). Responding companies shall include any relevant information confirming their ability to supply the products and services outlined in this request. The Government requires contractors to quote unit prices and total prices that are two (2) decimal places. The unit price multiplied by unit quantity must equal the total price for that line item. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Any award resulting from this solicitation will be made based on the best overall quote that is determined to be the overall best value to the government. Pursuant to FAR 52.212-2. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items and the offer is fair market price will be selected. The Government anticipates awarding a single Firm-Fixed price contract resulting from this solicitation to the lowest priced acceptable offer that conforms to all solicitation requirements. For price evaluation purposes, the lowest price acceptable offer will be selected for award. The lowest price quote received will be sent to a technical advisor/expert for compatibility/functionality evaluation as compared against the requirements provided in the SOW. Any offer deemed unacceptable, will be eliminated from competition. The Government also reserves the right to make no award at all. All quotes shall be subject to evaluation by Government personnel. The Government intends to award without discussions based upon the initial evaluation of quotes. Consequently, contractors are highly encouraged to quote their best pricing quotes in their initial submissions. However, the Government reserves the right to communicate with any or all contractors submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every contractor (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All contractors will be treated fairly and impartially. A contractor may be eliminated from consideration without further communication if its pricing quotes are not among those contractors considered most advantageous to the Government based on a best value determination. All Offerors are advised that, in the interest of efficiency, the Government reserves the right to conduct the review in the most effective manner. Specifically, the Government may first sort the quotes of all Offerors by price from lowest price to the highest. Thereafter, the Government will review the capability of the lowest priced quote only. If the lowest priced Offeror s capability is determined to be acceptable and meets the requirements, the Government may make award to that Offeror without further reviews of the remaining Offerors capability. If the lowest priced Offeror s capability is determined to not meet the requirement, then the Government may review the capability next lowest priced quote, and so forth and so on, until the Government reaches a quote that is determined to meet the capability requirements. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Contractors are cautioned that the award may not necessarily be made to the contractor quoting the lowest price, or to the contractor with the most highly technical quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors. (End of Addendum to 52.212-2) 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.224-3 Privacy Training (Jan2017) (5 U.S.C. 552a) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-34 Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (Feb 1998) This award incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management The following FAR clause is incorporated by full text: FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Total Small Business Set-Aside. The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising VAAR 852.246-71 Rejected Goods The following VAAR clause to be incorporated in full text: VAAR 852.237-70 Contractor Responsibilities VAAR 852.232-72 Electronic Submission of Payment Requests 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 206) Date and Time offers are due to Kim.Cooper3@va.gov by 6:00pm EST, 8/30/2019. Name and email of the individual to contact for information regarding the solicitation: Kim Cooper Contracting Officer Kim.Cooper3@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0566/listing.html)
- Place of Performance
- Address: VA MEDICAL CENTER;1898 FORT ROAD;SHERIDAN WY 82801
- Zip Code: 82801
- Country: USA
- Zip Code: 82801
- Record
- SN05405167-F 20190816/190814230054 (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 |