Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
MODIFICATION

91 -- Type III Fuel Hydrant

Notice Date
9/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
486910 — Pipeline Transportation of Refined Petroleum Products
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3EB1213A003FuelHydrant
 
Archive Date
10/5/2011
 
Point of Contact
Jessica Steinhoff, Phone: 907-552-4146, Nathean Stoner, Phone: 907-552-9679
 
E-Mail Address
jessica.steinhoff@elmendorf.af.mil, nathean.stoner@elmendorf.af.mil
(jessica.steinhoff@elmendorf.af.mil, nathean.stoner@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Question 1: What kind of support does the Government need from the Contractor to facilitate the integration/commissioning of the existing system components with the new desktop HMI? Based on the current description of services, the scope appears to be limited to just providing the hardware with the software preloaded; and the Government will handle the installation of the new hardware, connecting the existing system to the new hardware, and commission the new system. Answer: The Government will need the installation of the new desktop with new software installed, monitors, and connections at facilities 15365 and 16385 to replace the existing xycom units. Any changes at facility 13196 that affect the remote operator interface that is going to be installed prior to this work will need to be completed by the contractor so all three systems are uniform. The government is not requesting the replacement of the graphic display panel. If the contractor would like to submit any recommendations for the replacement of these units they may do so. Four Hours of HMI operator/maintainer training to government employees is required. (Any additonal upgraded recommendations shall be proposed seperatley. Additional upgrades will not be used in determining winining bid.) Question 2: What is the period of performance (POP) for this work? Answer: Period of Performance will be 22 Sep 2011-30 June 2012.(Reference Item (vi) of above solicitation)Question 3: Is it the GOV's intent to require the contractor to tune any mechanical equipment (Control Valves, Level Alarms, meters)? If so please specify type and quantity. Answer: No mechanical equipment will be tuned via this contract award. Question 4: Is it the GOV's intent to require the contractor to test any electrical or mechanical devices located on the operating tanks? If so please specify type and quantity. Answer: No tank electrical or mechanical testing will be required. Question 5: SOW, 1.0 Description of Services, 1.3, states, "Systems will be installed at Facilities 15365 and 16385". Should facility 13196 be included in this sentence and also receive the HMI, desk top work station and monitors as well? Answer: Facility 13196 has a separate contract that is replacing the failed xycom operator interface with a work station and monitor. This unit is going to have Cimplicity 8.0 Software with, monitor and comm. cable and be installed prior to any software upgrades under this contract. Any new upgrades to the software at this facility must be compatible with this system. Goal is to have all three systems with same software and setup. Question 6: Should the contractor include labor and material as required to install all new HMI equipment, new software, new monitors, new serial comm. Cables and operator interface to include setup, start up, and operation verification? Basically does the USAF want a turn-key HMI and software upgrade? Answer: Yes, the Government will want the installation of new equipment at facilities 15365 and 16385 to replace existing xycom units. Any changes at facility 13196 that affect the remote operator interface that is going to be installed prior to this work will need to be completed by the contractor so all three systems are uniform. The government is not requesting the replacement of the graphic display panel. If the contractor would like to submit any recommendations for the replacement of these units they may do so. Question 7: SOW 2.0 Service Delivery Summary,2.1 - Would new soft starts be an acceptable replacement instead of Solid State Controllers as stated? Answer: Yes Question 8: Will UL Listing of the Soft Start installs be required? Answer: Yes Question 9: Should the contractor include HMI Owner Training? If so, please advise to the number of training hours the contractor shall provide. Answer: Yes, Contractor shall provide 4 hours of operator/maintainer training to government employees. Question 10: What is the make and model of the existing E-Stop signal transmission equipment? Answer: Zetron 901-9584 Model 1804A. Question 11: How many E-Stop Signal transmission and receiving points are currently installed? Answer: One Master and 3 Receiving Units Question 12: Is the E-Stop signal wireless or sent via land lines? Answer: Wireless Question 13: Will a report of findings or summary of deficiencies or list of recommend repairs be required as part of CLIN 01? Answer: Yes, the intent of the government is to make the current system operational in the future. Question 14: How long of a performance period will be scheduled for the Motor Starter replacement? Will all four starters be able to be taken off line at one time? Will the contractor need to keep pumps operational at all times? If so how many pumps can be off line at one time? Answer: Complete Motor Starter Replacement on all for starters must be completed by 30 June 2012. 2 starters can be taken off line at one time for a maximum of 14 calendar days. 2 Pumps must remain operational at all times. Coordination between the contractor, 773 CES/CEOIL and 673 LRS/LGRS will be required prior to any system interruptions. Question 15: Are there any know or identified devices or system equipment that are not fully operational that could impede the contractors from successfully installing new HMI & PLC software? Answer: No Question 16: Is there any known or identified connectivity defects or lose or communication between the existing PLC and any field devices? Answer: No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3EB1213A003FuelHydrant/listing.html)
 
Place of Performance
Address: 10480 22nd St, Anchorage, Alaska, 99504, United States
Zip Code: 99504
 
Record
SN02579497-W 20110918/110916235107-800dfb99e57cf529f4e440ff2579a6a9 (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.