Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2020 SAM #6909
SOURCES SOUGHT

J -- Repair by Replacement of Obsolete Circuit Cards

Notice Date
10/27/2020 1:29:15 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W6QM MICC-JB LEWIS-MC CHORD JOINT BASE LEWIS MCCH WA 98433-9500 USA
 
ZIP Code
98433-9500
 
Solicitation Number
W911S821RFI0001
 
Response Due
11/27/2020 4:00:00 PM
 
Archive Date
03/01/2021
 
Point of Contact
Victoria Ghent, Thomas Williams
 
E-Mail Address
victoria.d.ghent.civ@mail.mil, thomas.r.williams60.civ@mail.mil
(victoria.d.ghent.civ@mail.mil, thomas.r.williams60.civ@mail.mil)
 
Description
The Mission and Installation Contracting Command (MICC) at Joint Base Lewis-McChord (JBLM), Washington is conducting planning market research to determine the availability of commercial sources and market practices for the maintenance, repairs, upgrades, and overall management on the Industrial Control System. The applicable North American Industry Classification System (NAICS) code is 561210. The anticipated period of performance is six (6) months after award of contract.��� ���� In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all responses received, particularly those received from small businesses. Responses to this RFI permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for small business socioeconomic concerns [e.g., 8(a), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), or Woman-Owned Small Business (WOSB) programs)]and to consider a small business set-aside (see FAR 19.502-2(b)). Small businesses, in all socioeconomic categories, are highly encouraged to identify capabilities in meeting the requirements at fair market prices. DISCLAIMER:� This RFI is submitted IAW FAR Clause 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997).� This RFI is for planning purposes only and shall not be construed as a Request for Proposals, Invitation for Bids, or as an obligation on the part of the Government to acquire any services.� Responses to this RFI will not serve as proposals, bids, or offers that the Government accepts as a form of a binding contract.� MICC-JBLM will not accept unsolicited proposals related to the subject of this RFI.� Responders must clearly identify any information considered sensitive or proprietary.�� The Government will handle all information received in response to this RFI that is marked �Proprietary� accordingly.� The Government will not return responses to this RFI.� Responders are solely responsible for all expenses associated with and incurred by responding to this RFI.� The Government reserves the right to determine how it should proceed from the information received from this notice.�� MICC-JBLM is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in all of the functional areas mentioned in the Description of Services.� Interested parties shall complete and submit the below questionnaire to the Government.� The Government advises that providing responses to the questions will not automatically include respondents in the acquisition process for any future solicitation and/or award.�� Description of Services:� The Contractor shall plan, program, administer, manage, and execute the work necessary to provide the following specified services at JBLM, Washington.��� The Contractor shall provide, labor, tools, equipment, transportation, and materials to perform a turn-key end-to-end repair by replacement of obsolete circuit cards at the Waste Water Treatment Plant (WWTP) per these specifications.� Existing Circuit Cards. There are 57 total obsolete circuit cards to be repaired by replacement. They are located within the WWTP facility in five (5) different control panels. Manufacturer part numbers follow. Quantity� OEM Part Number���� Description������������������������������������������������������������������������������ Manufacturer 44����������� 1756-IF6I������������������� Analog Input Module, 6 Channel, Isolated Voltage/Current Input���� Allen-Bradley 13���������� 1756-OF6CI��������������� Analog Output Module, 6 Channel, Isolated Current Output���������� Allen-Bradley New Circuit Cards. The Contractor shall repair the obsolete circuit cards by replacement. Replacement circuit cards shall be made by the same manufacturer, shall be new products, and shall not be used or refurbished products. The new circuit cards shall maximize (a) supportability by the manufacturer, (b) the manufacturer�s warranty, and (c) availability to purchase replacement cards as new, not used or refurbished products, in the future. Circuit card repair will include, but is not limited to, the following: Hardware procurement Calculations of power consumption, etc. Installation and re-terminating existing points Programming the new circuit cards including programming related to PLC software modifications required to update the circuit card addresses. Re-addressing of in-scope tags in the supervisory control and data acquisition (SCADA) system Field startup services and calibration Updating existing drawings, as-builts, to show new programmable logic controller (PLC) card terminations Delivery of instruction manuals; hardcopy and electronic version of manuals are required within one (1) week from contract completion. Firmware upgrades as needed to fulfill the requirements of a complete repair by replacement of the obsolete circuit cards. Provide an industry standard, best practice and/or experience based number of spare parts. The number of spares shall be no greater than 10 percent of the total number of cards replaced. The Contractor shall obtain Government approval prior to the repair of each circuit card to minimize downtime and disruption of the WWTP. All downtime shall be planned by the Contractor and the plan shall be approved in advance by the Government. End-to-end functionality of the currently installed circuit cards shall be documented. Alpha and Bravo Installations. The end-to-end turnkey repair of the obsolete circuit cards shall begin with two (2) trial installations, Alpha and Bravo. Bravo will follow Alpha and both Alpha and Bravo will precede the repair of the remainder of the circuit cards. Each trial shall include the repair by replacement of one (1) circuit card on a lesser-critical system. The Government will approve within one (1) working day the start of both trials and commencement of the remainder of the project. Testing and commissioning of the end-to-end system. This includes end-to-end testing of the device (sensor, for example) to the IO module to the PLC to the SCADA system. Inspection and acceptance on a per-circuit card basis includes Contractor and Government verification of the proper functionality of all associated devices, alarms, and Wonderware SCADA. The Contractor shall submit to the Government, for approval, a test plan for each circuit card repair prior to the start of each test. End-to-end functionality of the currently installed circuit cards shall be documented and the replacement circuit cards (the new solution) shall be equivalent in end-to-end circuit functionality as witnessed by the Government. The Contractor shall not impact the WWTP�s capability, operation, and performance minimizing all WWTP, system, and subsystem downtime. The SCADA system shall not be compromised, lessened, or degraded as a result of the effort described in this RFI. At a minimum, the Contractor shall return the WWTP to normal operation prior to the end of each work day. The Contractor shall remain on site until all issues are resolved or an acceptable workaround provided to the Government. Work with JBLM WWTP operators, Interior Electric, Information Technology, and others as required. The Contractor shall educate the Government as to what work is accomplished throughout the workday. Provide urgent service response within two (2) hours of being called by the Government during the period of performance. Delivery of all material to the Government in the event of contract termination.� The Government will retain all material of the contract including all analog IO modules (circuit cards) and related hardware if the contract is terminated for any reason, including unacceptable workmanship or excessive plant downtime. Warranty of the circuit card repair. The Contractor shall warranty their labor and installation services for six (6) months. Hardware shall carry the manufacturer�s original warranty. Other, as required, to complete the requirements of a complete repair by replacement of the obsolete circuit cards. Program Planning and Control. Requirements. The Contractor shall understand the contract requirements prior to the start of the project. Master Plan. The Contractor shall plan, program, administer, manage, and execute the contract scope of work necessary for the successful completion of the scope of work. The Contractor shall submit to the Government for approval a plan for accomplishing the work described in this RFI. The plan shall be submitted to the Government within 10 days of the contract award date. The plan shall be approved prior to performance start. Reporting. For requirements not met, the Contractor shall produce a report addressing the root cause of failure. Potential re-design, work-a-rounds, and alternate solutions shall be addressed in the failure report. Program Meetings. Performance evaluation meetings are required when requested by the Government or Contractor. Turn-key Job. The Contractor shall complete the scope of work in this RFI as a turn-key job. The Contractor shall not include any exclusions. Type of Contract Anticipated. This will be a fixed-priced repair type effort. Qualification Standards. Technician Qualifications. The Contractor shall be qualified to successfully work within a WWTP SCADA system. The Contractor shall utilize personnel with a minimum of five (5) years of experience working with industrial control systems (ICS), SCADA, related devices and networks. Contractor personnel shall be skilled in working with PLC, both hardware and firmware, and creating and modifying PLC logic. In addition, Contractor personnel shall be skilled at investigating the proper functionality of monitoring devices that connect to PLCs and are displayed on SCADA through Wonderware, such as temperature level, pressure, sensors and their associated wiring, conduit, and proper installation. Technical Certifications. The Contractor shall be Wonderware, Rockwell Automation, and Allen Bradley certified and in compliance with national and state regulations and codes associated with the scope of this RFI. The Contractor shall be experienced to perform requirements analysis, design, development, test, and maintenance (updates and upgrades) using the Wonderware software within the WWTP. Electrical Industry Certifications. The repair by replacement shall be performed by a Contractor with the equivalent certification of a licensed and bonded technician with the State of Washington Revised Code of Washington (RCW) 19.28, Limited Energy, category license along with all applicable licensing. ����������� http://apps.leg.wa.gov/rcw/default.aspx?cite=19.28, � ����������� http://www.lni.wa.gov/TradesLicensing/Electrical/. � The Contractor shall understand the compliance with the codes set forth in the National Fire Protection Association (NFPA) code 70, the National Electrical Code (NEC) requirements, Underwriters Laboratory (UL) code 508, and applicable state regulations. ����������� http://www.nfpa.org/aboutthecodes/AboutTheCodes.asp?DocNum=70.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2afc3e26ca9743e1b272144a51b75ce9/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN05839250-F 20201029/201027230147 (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.