Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2020 SAM #6820
SOLICITATION NOTICE

D -- USCG BASE KODIAK BAS SERVER UPGRADE

Notice Date
7/30/2020 4:57:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
Contracting Office
BASE KETCHIKAN(00035) KETCHIKAN AK 99901 USA
 
ZIP Code
99901
 
Solicitation Number
70Z035-20-Q-PKB156
 
Response Due
8/13/2020 9:00:00 AM
 
Archive Date
08/28/2020
 
Point of Contact
Jennifer C Sanders, Phone: 9074284135
 
E-Mail Address
jennifer.c.sanders@uscg.mil
(jennifer.c.sanders@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart�12.6 and FAR 13, 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. Instructions to offerors, evaluation criteria, and all applicable FAR Provisions and Clauses are attached. The solicitation number is 70Z035-20-Q-PBK156 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. This acquisition is set-aside 100% for SMALL BUSINESS. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror� or a derivative of that word appears, it is changed to ""quote/quoter� or a derivative of that word.��� USCG Base Kodiak has intentions to purchase the following: The work to be performed under this contract is for the upgrade of the Building Automation System HMI, and the associated FIN and Niagara licenses, located on the USCG Base Kodiak, Alaska. The HMI shall be installed on the second floor of the Administration Building (N38) in the drafting room. The HMI shall be installed in a 9U type IT rack along with a UPS and a firewall switch (all rack mounted). The HMI will be setup with VMware to virtualize all the different BAS systems (R2 / Niagara 4 / FINstack / Electrical metering). All existing BAS systems licenses shall be moved and upgraded to the new HMI. Work shall also include the upgrade of the FINstack program from 4.5 to version 5. This shall include a 1 year license maintenance agreement with enough points necessary to cover the total license points on Base Kodiak. A copy of Niagara workbench shall be provided for the HMI with a 3 year license maintenance agreement. This is required for all the Niagra 4 Jace�s that are currently installed. Buildings that require Niagara license upgrades: B2 - Jace 700 shall be replaced with Jace 8000 / 3 year license / ASD driver B3 - 3 year license for each Jace (x2) B4 - 3 year license for each Jace (x2) B5 - 3 year license for each Jace (x2) B7 - 3 year license for each Jace (x2) B14 - 3 year license for each Jace (x2) / ASD driver B15 - 3 year license for each Jace (x4) B20 - 3 year license for each Jace (x8) B54 - 3 year license for each Jace (x4) B515 - 3 year license for each Jace (x2) B576 - 3 year license for each Jace (x4) B597 - 3 year license for each Jace (x2) GENERAL REQUIREMENTS The Contractor shall provide all materials, equipment, transportation, supervision, labor, and tools, required to provide all technical services and programming support to upgrade the above noted Building Automation System. All contractor technicians (working on the USCG system) must have the following certifications and must provide documentation of the following: a) Tridium Honeywell Niagara 4 Certifications, having experience installing in a campus setting with the Tridium Niagara 4 platform. b) FIN 4.0 / 5.0 Certification. c) Honeywell factory training on the Spyder platform. d) Tridium Niagara R2 Certifications with a minimum of 10 years R2 programming experience. e) Factory training on the Barber Coleman/Invensys Network 8000 system. The Contractor is responsible for complying with all manufacturers� requirements, vendor certifications, software licenses and best management practices. Work is to be performed on USCG Base Kodiak during schedule of M-F, 0800 - 1700 unless otherwise decided between contractor and USCG.� Please ensure Real Id compliance in order to be able to get onboard USCG Base Kodiak. All quotes are due back to SKC Jennifer C Sanders @ jennifer.c.sanders@uscg.mil no later than 0800 13 Aug 2020 AST.� Please feel free to reach out to SKC Sanders @ jennifer.c.sanders@uscg.mil or (907) 428-4135 with any questions, comments, or clarification to this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c60f80065eef43a4b6ff2790375852d7/view)
 
Place of Performance
Address: Kodiak, AK 99619, USA
Zip Code: 99619
Country: USA
 
Record
SN05739609-F 20200801/200730230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.