Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2003 FBO #0681
SOLICITATION NOTICE

Z -- Maintenance Agreement for Honeywell Equipment

Notice Date
10/7/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONS, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, ND, 58205
 
ZIP Code
58205
 
Solicitation Number
Reference-Number-F9MCES32660200
 
Response Due
10/14/2003
 
Archive Date
10/15/2003
 
Point of Contact
Tamara Feist, Contract Specialist, Phone 701-747-5280, Fax 701-747-4215,
 
E-Mail Address
tamara.feist@grandforks.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR SubPart 12.6. The 319th Contracting Squadron at Grand Forks AFB, ND intends to award a SOLE SOURCE purchase order of a Honeywell Maintenance Agreement. Requirement is as follows: The Contractor shall provide all personnel, supervision, equipment, parts, supplies, tools, transportation, test equipment, and repair equipment to provide maintenance and service for the Honeywell Energy Management and Control System (EMCS) at the Grand Forks Air Force Base. The Contractor shall maintain the integrity and compatibility of the entire system to ensure operability. The work to be performed under this SOW requires the Contractor to provide all labor, materials, and supplies necessary to 1). upgrade, maintain and repair the following: the CAE database, the CARE database, the XBS database on the network, the EVISION database, the software protection keys, the MicroCel and MacroCel database, 2). upgrade the OS chips with new upgrades for the following: Excel Plus controllers, Excel 5000 controllers, BNA devices, XPCP cards, XPC500 cards, and MicroCel and MacroCel units, 3). generate X Tech Pat log for updated points list, 4). provide technical expertise on Dorado Telemetry units, 5). update database using Data Conversion Tool as buildings/controllers change, 6). administer Windows NT 7). defragment hard drives, and 8). update the anti-virus software weekly. The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and alternate(s) who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer prior to the contract start date. The contract manager or alternate(s) shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract. The Contractor employees shall present a neat appearance and be easily recognized. This may be accomplished by wearing clothing bearing the name of the company or by wearing appropriate badges, which contain the company name and employee name. The contractor shall provide all identification items. Service personnel shall be qualified to maintain all portions of the EMCS including the XBS, Graphic Operating Interface, XL5000, R7044, MacroCel, MicroCel programming and hardware and have a thorough understanding and working knowledge of Heating, Ventilating and Air Conditioning (HVAC) control systems. The Contractor shall provide Central Equipment Services to include full maintenance and service including monthly preventative maintenance, all parts, and all repairs. Full maintenance and service shall be that necessary to provide near continuous optimum system operation. Only short duration outages of less than 12 clock hours are permissible. The contractor shall make no modifications to the system that will degrade or void the Underwriter?s Laboratory listing. Service calls are required for central equipment services. Normal service calls, as identified by the Government, are defined as maintenance and repair to correct failure or faulty operation of any non-critical part of the system. The Contractor service technician shall arrive at the job site within one working day after notification. Normal duty hours are defined as Monday through Friday, 0730 ? 1630 hours. Emergency service calls are the failure or faulty operation of any critical part of the EMCS system. The Government shall identify the emergency service calls. The Contractor shall respond to the emergency service calls, correcting the failure or faulty operation through maintenance and repair. The Contractor service technician shall arrive at the job site within two clock hours of notification of the emergency service call. Recurring maintenance, as identified by the Government, is the cleaning, adjustment, and calibration of controllers, sensors, actuators, and other equipment every 4 months to 6 months, depending on the type of equipment. Sensor offsets will be entered into the system. The controller data files and controller system chips will be updated as necessary to reflect any offset change identified during any maintenance actions. Unless the Contracting Officer states otherwise, any worn, broken, or damaged parts requiring repair and/or replacement discovered during the inspection shall be analyzed and repaired or replaced as a normal service call to make the system fully operational. The Contractor shall provide a written log of all changes performed under recurring maintenance. Any debris or spillage caused by the Contractor will be picked up and/or cleaned from a Government facility prior to the final acceptance of the work. Materials will be disposed of in accordance with existing Air Force regulations and applicable Local, State, and Federal environmental standards in effect at the time. The Contractor shall provide telephone answering service to receive service calls 7 days per week, 24 hours per day, including holidays. All emergency calls as defined in the SOW ?Emergency service calls are the failure or faulty operation of any critical part of the EMCS system.? under subject contract are considered essential during DOD crisis and the Contractor shall continue to provide these services IAW the terms and conditions of the contract during periods of crisis unless directed otherwise. The Contractor shall comply with all federal, Air Force, state, and local regulatory agency requirements and applicable statutes, policies, and regulations, including, but not limited to, the most current version of the applicable portions of the documents listed. The Contractor shall keep the Project Manager informed of all actions, findings, and parts repaired or replaced. The Contractor shall provide a report to the Project Manager within 5 working days of the completion of any service calls. The report shall summarize the cause of the problem, actions taken, and a list of parts and materials used for repair and replacement. The CAE database, the CARE database, the XBS database on the Honeywell, Inc. network, the EVISION database, the software protection keys, the MicroCel database, and MacroCel database shall be upgraded, maintained and repaired. For CAE, compile, validate, install, generate FGEN, and program EProm for Excel Plus Controllers. For CARE, translate, import, download, and benchmark projects. Download and upload updates to the Portable Programmers Tool (PPT) and to the Mcel Portable Programmers Tool (MPPT). The ability to link to Honeywell, Inc. Technical Assistance Center (TAC) is necessary. CARE programming, LiveCARE simulator, Xi584 interface and Xi581 interface shall be supported. These software programs are an integral part of the boiler controls for 95% of the base buildings and are necessary for the viability of the heat systems. The Excel Plus controllers, Excel 5000 controllers, BNA devices, XPCP cards, XPC500 cards, MicroCel units, and MacroCel units shall receive new OS chip upgrades as they become available. The updated points list shall be generated for the X Tech Pat log. Technical expertise shall be provided on Dorado Telemetry units. As buildings/controllers change, the database shall be updated using the Data Conversion Tool. As the main communication medium for the base EMCS, Windows NT and future operating systems shall be administered I.A.W. 319 Communication Squadron directives. The hard drives shall be regularly defragmented. The anti-virus software shall be updated weekly, if not more frequently. Conduct any additional activities required for the upkeep of the Honeywell EMCS. The Contractor shall provide all items essential to the completion of the work and not specifically noted or specified. The Contractor shall adhere to all accepted safety practice of the trade. The Contractor shall protect existing utilities and surrounding areas. Any damage to property shall be repaired by the Contractor to the satisfaction of the Contracting Officer, at no cost to the Government. All parts or material furnished under this statement of work shall be guaranteed for the full manufacturer/supplier warranty period against defective material or workmanship. In no case will the warrantee period be less than a year. Upon receipt of notice from the Government of failure of any part of the equipment during the guarantee period, the Contractor at their own expense shall replace the effected part or parts. All parts installed by the Contractor shall be new and unused unless parts are remanufactured and certified by Honeywell as compatible. All parts shall be fully compatible with the current system and will not promote a duplicate or parallel system. This acquisition will be accomplished in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 13 Simplified Acquisition Procedures (SAP) and will be based on competitive quotes. This acquisition is SOLE SOURCE. The North American Industry Classification System (NAICS) code is 811219. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site. Web address is http://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors ? Commercial, 52.212-4, Contract Terms and Conditions ? Commercial, applies to this acquisition. Offerors must include with their quotation a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial items (July 2002) and DFARS 252.212-7000, Offeror Representations and Certification, Commercial Items (Nov 1995). In accordance with DFARS 252.204-7004, Required Central Contract Registration (Nov 2001), prior to receiving any contract award, contractors must be currently registered in the Central Contractor Registration (CCR) database. Contractors can obtain further information on the CCR database at the web site http://www.ccr.gov. This announcement constitutes the only solicitation; quotations are being requested, and a written (paper/hard copy) solicitation will not be issued. Fax or email quotations/proposals to 701-747-4215, Attention: Tamara Feist, email: tamara.feist@grandforks.af.mil. Quotation/proposals must not be received no later than 4 pm (C.S.T.) on Tuesday, 14 October 2003.
 
Place of Performance
Address: 575 Tuskegee Airmen Blvd., Bldg. 418, Grand Forks AFB, North Dakota
Zip Code: 58205
Country: USA
 
Record
SN00448873-W 20031009/031007213128 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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