Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2007 FBO #2064
SOLICITATION NOTICE

61 -- Supply and install all hardware and software to remote monitor existing power generation equipment.

Notice Date
7/20/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
Q9815070623
 
Response Due
9/4/2007
 
Archive Date
7/19/2008
 
Small Business Set-Aside
Total Small Business
 
Description
Provide and install remote power generation monitoring equipment and software to existing power generation equipment at Glacier Bay National Park, Alaska. Description: 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 sole form of announcement. This solicitation is issued as a Request for Proposal (RFQ), number Q9815070623 and incorporates provisions and clauses in effect through Federal Acquisition Circular. This is a total small business set-aside procurement. The Small Business size standard is 750 employees. The NAICS is 335313. The contract will be awarded as using simplified acquisition procedures in accordance with the provisions of FAR 13.5. The requirement is for supplying and installing all necessary hardware and software on the National Park Service's existing power generating equipment to allow remote monitoing and data logging of the equipment. When responding to this RFQ contractors shall provide pricing as follows: CLIN 0001 Supply and install all necessary hardware, software, labor and travel to allow remote monitoring of the NPS Generators as described below in the SOW. $_____________ CLIN 0002 OPTION #1: Replace existing Woodward EGCP-2 genset control units with Woodward GCP-30 series genset control units. $_____________. NOTE: The proposal must include all equipment, supplies, materials, transportation and labor to accomplish the items listed above. 1. SCOPE OF WORK: CLIN 1 (Base) Supply and install upgraded hardware and software to allow monitoring, diagnostic analysis and constant data logging to the generator switchgear PLC (Allen-Bradley SLC500), generator control panels (Woodward EGCP-2) and the existing Electronic Power Monitors (PML 7300) installed on the Bus and Main breaker at the Bartlett Cove power generation plant in Glacier Bay National Park, Gustavus, Alaska. The system must allow access to the monitoring systems via the park intranet from any secure NPS desktop or laptop computer (GFE). Non NPS access for monitoring or diagnostic functions must be accomplished by autonomous point to point (dial up) modem connection. The outside connection cannot contact or impact NPS communication systems due to security requirements. The access must include secure modification of the generator switchgear operating parameter data stored in the PLC and the PLC control program. The system shall include a dedicated desktop computer, supplied by the NPS, which will provide connectivity with the generator switchgear via an Ethernet connection at the switchgear. The preferred method of communication from the monitoring computer to the generator switchgear is Ethernet using Modbus TCP protocol. Communication gateway or protocol bridge/conversion hardware will be required to match the protocol of the equipment being monitored. The contractor will supply and install development software required to generate graphics screens that show the current operating status of each generator and the status of the distribution breakers onto the desktop monitoring computer. The minimum requirements of parameters monitored and recorded include: kWh; kW; kVA; kW peak demand; three phase voltage; three phase amperage; VAR; frequency; engine RPM; engine temperature; engine oil pressure; and engine run time. Also, the development software will include provisions for recording system alarm/event data and historically trending any of the available system power data with graphing capabilities. The Allen-Bradley RSLogix 500 software, required to program the Allen-Bradley SLC500 PLC, shall be included and installed on the desktop monitoring computer. The RSLogix 500 software shall use port 0 of the Allen-Bradley SLC 5/04 CPU. While on site the contractor will inspect the switchgear, PLC, generator controls and perform troubleshooting of the system and provide written documentation of any faults or potential problems with the automatic engine transfer and load-sharing systems. They will correct any functional or programming issues and set all parameters to meet the power generation systems present needs and confirm functional system operation. The contractor shall provide hands on training for power plant/switchgear operators in the operation and maintenance of monitoring equipment. CLIN 2 (OPTION 1): This optional bid is to replace the existing Woodward EGCP-2 genset control units in the switchgear panel with Woodward GCP-30 series genset control units. There are a total of three genset control units mounted on the switchgear panel, one 160 KW genset, one 275 KW genset, and one 325 KW genset. The work will include supplying all parts, supplies, materials and labor to modify the switchgear panel and generator control and installation of the GCP-30 series units. The new controls shall allow the gensets to operate independently or load share two or three gensets simultaneously. All monitoring and connectivity as described in item number one applies to this option. 2. DELIVERY: The contractor shall provide all labor, supplies, materials, software, hardware and tools to complete the work on site. The government will supply the desktop computer, dial up modem and the Ethernet connection at the switch gear. Gustavas Alaska IS NOT on the Alaska road system and can only be reached via airplane or boat. Once in Gustavas, Barlett Cove is accessible via a secondary road. The work must be completed no later than November 9, 2007. The work must be scheduled with the Chief of Maintenance to provide minimal disruption to electrical service and insure that all power plant/switchgear operators we be on site and available to participate during training sessions. 3. The following FAR clauses apply to this solicitation, and Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors-Commercial Items (January 2006) applies to this acquisition; quotations submitted in response to this RFQ must include: (1) CLIN numbers and pricing as shown above, and the Contractors full name, address, and telephone number. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is applicable to this RFP: (a) Factors for evaluation will include Lowest Price Technically Acceptable (LPTA), technical and past performance when combined are approximately equal importance. 52.212-3, Offeror Representations and Certifications -- Commercial Items (November 2006) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions: Commercial Items, September 2004, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (November 2006). The following clauses listed in 52.212-5 are incorporated: FAR 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, and 52.232-33. 4. Potential sources having the required EQUIPMENT, SUPPLIES, TRANSPORTATION AND SKILLS TO SUPPLY THE ABOVE-LISTED ITEMS are invited to submit a quote that will be considered by the agency. Proposals should be written and submitted in a legible format. Submitted quotes shall have the contractor's Tax Information Number, and DUNS Number. All responsible sources may submit a proposal, which if timely received, shall be considered by this agency. All quotations must be received not later than September 4, 2007, 5:00 P.M. Local Time. Proposals received after that date and time will not be considered. Proposals may be submitted via FAX to 907/644-3802 ATTN: Andy Toller or by email to Andrew_Toller@nps.gov. 5. Solicitation Point of Contact: Mr. Andrew Toller, Contract Specialist, Phone (907) 644-3312, Fax (907) 644-3802, Email: Andrew_Toller@nps.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2591760)
 
Place of Performance
Address: Bartlett Cove Glacier Bay National Park Gustavas, Alaska
Zip Code: 99826
Country: United States
 
Record
SN01348372-W 20070722/070720224645 (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 |
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.