SOLICITATION NOTICE
L -- Software Support for Existing ACS System
- Notice Date
- 9/16/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Northwest, PWD Kitsap Bremerton, FEAD, 467 West Street, Bremerton, Washington, 98314-5240
- ZIP Code
- 98314-5240
- Solicitation Number
- N44255-13-T-0002
- Archive Date
- 10/11/2013
- Point of Contact
- Janet L. Olson, Phone: 360-476-2665
- E-Mail Address
-
janet.olson@navy.mil
(janet.olson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- NOTICE TO CONTRACTOR This is a COMBINED SOLICITATION/SYNOPSIS for commercial items in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This combined solicitation/synopsis is prepared with the intent to award a sole source contract to the firm efacec/Advance Control Systems of Norcross, Georgia in accordance with FAR 6.302-1. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICIATION WILL NOT BE AVAILABLE. The closing date is September 26, 2013 at 1:00 PM Pacific Standard time. This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-69. It is the Contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acquisition.gov/far/index and www.acq.osd.mil/dpap/dars/index. The North American Industry Classification System (NAICS) Code for this acquisition is 541513 (25.5 million in gross annual receipts). NAVFAC has no plans at this time to commit future contracts for this type of services. If another potential source emerges from this combined solicitation/synopsis NAVFAC NW will review the proposal to determine if the potential source can provide the services for the proprietary system. CLIN 0001 Provide all labor, materials, equipment and supervision for customer support services from 1 October 2013 through 30 September 2014 as applicable for the SCADA components and associated software serving the Electrical Distribution System for Naval Base Kitsap Bremerton located in Bremerton, Washington. Department of Labor Wage Determination 2005-2559, Revision Number 16 dated 6/19/13 is incorporated and made a part of this procurement. Unit of issue 1 Job Price $_____________________ SCADA Support Services: The Contractor shall provide all labor, materials, equipment and supervision to provide customer support services from 1 October 2013 through 30 September 2014 as applicable for the SCADA components and associated software serving the Electrical Distribution System for Naval Base Kitsap Bremerton located in Bremerton, Washington. 1. The contractor shall provide full software support services for the existing Advance Control systems (ACS) RTU and SERVER equipment in use by the Government. This service will include software upgrades to bring the systems up to the latest revision level as released by the vendor. The software to be covered at a minimum is as follows: a. Base Software: ACS Base PRISM Software bundle Redundant PRISM license b. Application Software: Standard Vector Graphics System Dynamic Mapboard Driver c. Distributed Software: Distributed Database/Ol - Seat License Distributed Database/Ol - Workstation d. Special Software: Reflections X Applix Spreadsheet e. Advanced Application: Switch Order Management UNIX (ES-2, WS-4) 2. The contractor shall provide full software support for existing SCADA related HP system in use by the Government. This service will include at a minimum software upgrades and any required licenses to bring the systems up to the latest revision level as released by the vendor. 3. The contractor shall provide full hardware support for existing SCADA related equipment currently owned by the Government as listed on Enclosure 1. This includes repair or replacement of listed equipment as needed. 4. 24x7 Emergency Helpdesk Coverage. 5. ACS NTU software support with entire IED (Intelligent Electronic Device) library. Enclosures ACS, HP, Dell, Dymec and ViewSonic equipment list. Submittals: None Execution: The Contractor shall provide Total Support Services to include: ACS SCADA Software Full Support; HP Software Full Support; ACS SCADA Hardware Full Support; Additional SCADA Hardware Full Support; Standard Helpdesk Services plus 24/7 emergency helpdesk coverage detailed above for the period of 1 October 2013 through 30 September 2014. Enclosure 1 Equipment List: ACS HARDWARE FEP (Includes PSI's) 8/15) FEP-Hot-Standby (3) Peripheral Switch (2) Netopia Modem R2121 Diagnostic Modem V.3229 True Time GPS Clock XL-AK-601 MUX Port Module A J2484A MUX Port Module B J2484A ADDITIONAL HARDWARE Puget Sound Naval Ship Yard Product # Product Description Serial # A6890A HP Server rp2470 Solution USE4445KXD AB300A HP 9000 and Integrity Server Console CNV42301RC P9006A Monitor CNN43809DW C7499B HP DVD-ROM Array Module HU31810100 C7497B HP DAT 40 Array Module DEH4439CL1 C7508A HP SureStore Tape Array 5300 SG04370418 A6890A HP Server rp2405 Solution USR4251ACL AB300A HP 9000 and Integrity Server Console CNV42301RD P9006A Monitor CNN4380BGH C7499B HP DVD-ROM Array Module DEH4439CLJ C7497B HP DAT 40 Array Module HU31883512 J90280 HP Procurve 1800-24G Network Switch CN904ZP1XM J90280 HP Procurve 1800-24G Network Switch CN902ZP12G D7980T HP Kayak A-S 6/450 DT Terminal US90381620 D7980T HP Kayak A-S 6/450 DT Terminal US90480768 D7980T HP Kayak A-S 6/450 DT Terminal US90381623 24" Dell Monitor MX04X6C0-74262-0B9-1R8U 24" ViewSonic Monitor 4225S21112 24" ViewSonic Monitor 4225S21113 24" ViewSonic Monitor 4225S21114 24" ViewSonic Monitor 4225S21115 Dell Precision T7400 DCDO Type 07139 CDGDGJ1 Dell Precision T7400 DCDO Type 07139 8S26WK1 Dymec Fiber Optic Repeater 5844HRT-H Dymec Fiber Optic Repeater 5844HRT-H Dymec Fiber Optic Repeater 5844HRT-H The following FAR/DFARS clauses and provisions are applicable to this procurement: 52.204-7 System for Award Management (July 2013) 52.212-1 Instructions to Offerors - Commercial Items (July 2013) 52.212-3 Offeror Representations and Certifications - Commercial Items (AUG 2013) 52.212-4 Contract Terms and Conditions - Commercial Items (July 2013) 52.212 -5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2013) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 252.232-7006 Wide Area Work Flow Payment Instructions (JUN 2012) The Government intends to award a firm fixed priced contract resulting from this combined synopsis/solicitation to efacec/Advanced Control Systems. Offerors shall be registered in the System for Award Management (SAM) prior to award. The website for registration is www.sam.gov. Department of Labor Wage Determination 2005-2559, Revision 16 dated 6/19/2013 is hereby incorporated into this RFQ. The wage determination can be viewed at www.wdol.gov. The Government will only considered firm fixed -price quotations. Offeror's quotation must be submitted with the following documentation: 1. Price for CLIN 0001 2. Complete and submit with quotation FAR Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2013) 3. A SIGNED AND DATED STATEMENT SPECIFYING THE EXTENT OF AGREEMENT WITH ALL TERMS, CONDITIONS AND PROVISIONS INCLUDED IN THE SOLICITATION. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotations are to be submitted to Janet Olson, Contracting Officer at janet.olson@navy.mil by 1:00 pm on September 26, 2013. Questions may be directed to Janet Olson at (360) 476-2665 or janet.olson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N44255B/N44255-13-T-0002/listing.html)
- Place of Performance
- Address: Bremerton, Washington, 98314, United States
- Zip Code: 98314
- Zip Code: 98314
- Record
- SN03189084-W 20130918/130916235220-0ef9740f0a94083e8d9f74532f12c883 (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 |