Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
SOLICITATION NOTICE

J -- Pre-solicitation Notice for Telemetry and Control Maintenance Service and Repair

Notice Date
3/19/2013
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S813R0015
 
Response Due
10/31/2013
 
Archive Date
5/18/2013
 
Point of Contact
Linda Williams, 253-966-3491
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(linda.s.williams50.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Synopsis 1. The Department of the Army, Mission and Installation Contracting Command (MICC), Joint Base Lewis-McChord (JBLM), Washington, intends to solicit proposals for a contractor to provide telemetry and control maintenance and repair services at Lewis Main, Lewis North and McChord Field (Joint Base Lewis McChord (JBLM), WA. The contractor shall plan, program, administer, manage, and execute the work necessary to provide the specified services. The contractor shall plan, program, administer, manage, and execute the work necessary to provide the specified services. The contractor shall provide, labor, tools, equipment, and materials to perform all work in accordance with these specifications to provide Telemetry and Control Maintenance to Waste Water Treatment Plant (WWTP), Water Treatment Plant (WTP) water wells, potable water systems, reservoirs and lift station systems. The requirement also includes software and panel operation at the Water Treatment Plant Control Center (WTPCC) and outlying points as needed. The contractor shall maintain existing telemetry system controls to valves, pumps, or motors. The existing system includes a Master Control Panel (MCP), a Control Vision Unit (CVU) and a Data Management System (DMS) located at the Water Plant; and Remote Terminal Units (RTU's) at the wells and reservoirs. The current telemetry system utilizes Wonderware software packages that monitor/control the systems. The contractor shall have certifications to maintain and upgrade the existing Human Machine Interfaces (HMI) computers and existing wonderware software program. The contractor shall inspect, maintain update remote connections, and wonderware programs for the laptop computer. All personnel shall be certified with the applicable wonderware software programs and in compliance with national and state regulations and codes associated with this requirement. The contractor shall utilize personnel with a minimum of 5 years experience with Telemetry and Control Maintenance for Joint Base Lewis-McChord (JBLM) Waste Water Treatment Plant (WWTP), Water Treatment Plant (WTP) water wells, potable water systems, reservoirs, and lift station systems located on JBLM- Main, JBLM- North and JBLM-McChord Field. All contractor work shall be performed by licensed and bonded technicians with the State of Washington Revised Code of Washington (RCW) 19.28, quote mark Limited Energy quote mark category license along with all applicable licensing (http://apps.leg.wa.gov/rcw/default.aspx?cite=19.28) (https://lni.wa.gov). The contractor shall be in compliance with the codes set forth in the National Fire Protection Association (NFPA) code 70, the National Electrical Code requirements and applicable state regulations http://www.nfpa.org/aboutthecodes/AboutTheCodes.asp?DocNum=70. The quote mark Limited Energy quote mark category license shall be required and certificate copies submitted electronically to the COR before contract period of performance begins. The contractor shall have the experience to provide various government plans, reports, and documentation (i.e. preventive maintenance (service delivery) plans, quality control plans, and contract manpower reporting for military (government) installations). The contractor's serviceability and operation shall comply with all Environmental Protection Agency (EPA) Standards, guidelines, procedures, and local base requirements, procedures recommended by the respective manufacturer, and commercial practices. A complete Performance Work Statement (PWS) will be included in the solicitation. The Request For Proposals (RFP) number is W911S8-13-R-0015. 2. The solicitation will result in the award of a single contract. The resulting contract will be a fixed- price requirements type contract. The applicable NAICS code is 541330, Engineering Services and the small business size standard is $14M. This procurement will be advertised as a full and open competition. 3. The anticipated contract period of performance is a base period of 01 June 2013 - 31 May 2014, and two (2) one-year option periods (Option Year 1: 01 June 2014 - 31 May 2015; Option Year 2: 01 June 2015 - 31 May 2016. 4. Telephonic requests for the solicitation will not be honored. When issued, the solicitation will be available via the FedBizOpps website. The tentative solicitation issue date is 15 April 2013 and the anticipated closing date is 15 May 2013. Interested offerors are advised to consult the actual solicitation for final dates and times. 5. Offers from all capable and responsible sources will be considered. Firms offering a response to this notice should ensure that they are registered in the System for Award Management (SAM), www.sam.gov, and ensure that the applicable NAICS code 541330 is included in the SAM profile prior to submission of proposals. 6. Prospective offerors are urged to submit any questions they may have, in advance and in writing, to the contract specialist, linda.s.williams50.civ@mail.mil. (End)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fbe224cb520d13a61fcaa7d79239558a)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
 
Record
SN03014910-W 20130321/130319234909-fbe224cb520d13a61fcaa7d79239558a (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.