Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

59 -- UPGRADE TO EXISTING PUMP CONTROL SYSTEMS

Notice Date
February 16, 2001
Contracting Office
U.S. Army Corps of Engineers, Contracting Division, 190 Fifth Street East, St. Paul, MN 55101-1638
ZIP Code
55101-1638
Solicitation Number
DACW37-01-R-0007
Response Due
March 26, 2001
Point of Contact
Contract Specialist: Bruce Stephenson 651-290-5418; Contracting Officer: F. Mitchell 651-290-5763
E-Mail Address
frederick.j.mitchell@mvp02.usace.army.mil (r.bruce.stephenson@mvp02.usace.army.mil)
Description
The Government proposes to acquire, on a sole source basis, expansions of existing pump control systems that were previously supplied by Instrument Control Systems (ICS), Inc (13005 16th Avenue North, Suite 100, Plymouth, Minnesota 55441 Tel: (763) 559-0568). The proposed contract will be a firm fixed price contract to be awarded utilizing negotiated, commercial item procedures. The Corps proposes this sole source acquisition under the authority of 10 U.S.C. 2304(c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.3021. The equipment and services to be provided under the proposed contract will expand the present East Grand Forks, MN pump control system to accommodate nine additional storm water pumping stations and expand the present system at Grand Forks, ND to accommodate an additional fourteen storm water pumping stations. The resultant master pump control systems are each required to be single unified systems, incorporating both new and inplace controls into one system, with standardized components and software, interchangeability of parts, and a single point-of-service and warranty for the entire system. The systems to be provided include, but are not limited to, the following equipment and services: a. Design of pump control systems utilizing components standardized to the existing system, fully compatible and integrated with the existing master control stations. b. Expansion of existing radio telemetry system to incorporate the telemetry at the new stations into the master control system. c. Revisions to the existing master control software (which was designed and written by ICS), with additional programming to add the new pump stations and features into the existing system. d. Motor starter assemblies (including combination full voltage and solid-state reduced voltage motor starters) that are standardized to the existing systems and fully compatible with and integrated into the pump station controllers. e. Pump control panels, utilizing industrial programmable controllers, standardized with existing pump station controllers. f. Analog water level transducers with backup floats. The Corps will require that ICS warranty the complete pump control system. Warranty covers the goods provided, the services performed, the functionality of the full control system, and interoperability of all parts of the system. The supplier must be able to provide single point-of-service, support and warranty for the entire control system. The Corps considers the requirements specified above to be sole source from ICS, Inc., and it proposes to negotiate a contract with that firm on that basis. This notice of intent is not a request for competitive proposals. However, should additional sources be identified, they will be considered. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Any information received will be considered for the purpose of determining whether to conduct a competitive procurement. Any sources that believe they can provide the required systems as described herein are invited to submit, in writing, an affirmative response to this announcement within 21 calendar days of the publication of this synopsis. An affirmative response must include literature, brochures or such other materials describing its capabilities to supply the required systems and associated services. All sources responding to this synopsis shall submit information relating to their business size status, i.e., small, large, minority owned, women owned, etc. North American Identifier Classification System (NAICS) for this acquisition is 334513 and the small business size standard is not in excess of 500 employees. Telephone inquiries will not be accepted.
Web Link
Click "Contracting..." and then "Electronic Bid Solicitations" (http://www.mvp.usace.army.mil)
Record
Loren Data Corp. 20010221/59SOL001.HTM (W-047 SN50D8Y0)

59 - Electrical and Electronic Equipment Components Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com