Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

J -- Environmental Management and Control System

Notice Date
7/18/2018
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
FA4600-13-P-0061
 
Archive Date
7/25/2018
 
Point of Contact
Andrew P. Byrne, Phone: 4022321768, Wilson,
 
E-Mail Address
andrew.byrne.1@us.af.mil, anthony.wilson.2@us.af.mil
(andrew.byrne.1@us.af.mil, anthony.wilson.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Award Number
FA4600-13-P-0061
 
Award Date
6/17/2013
 
Description
STATEMENT OF WORK FOR SERVICE AND MAINTENANCE OF ENERGY MANAGEMENT AND CONTROL SYSTEMS (EMCS) OFFUTT AFB, NEBRASKA 27 Sep 2012 1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, tools, supplies, equipment, and labor necessary to service and maintain the Energy Management and Control Systems (EMCS) at Offutt AFB, Nebraska including the Honeywell Enterprise Building Integrator system which is an integral part of the EMCS system. 1.1. BASIC SERVICES. The contractor will provide software and hardware enhancement and support for Customer's Enterprise Building Integrator (EBI) system, which consists of software list in this Document 2 SERVICE DELIVERY SUMMARY. Performance Objective Performance Measure Performance Threshold Provide Quality Control Program Inspections and test performed on time and recorded Periodic review of QC program and records, 100%reviews of reports, no defects. Service and Maintain EMCS Equipment. Provide maintenance of all EBI front ends and laptops, including hardware and software Provide maintenance of fiber optic multiplexers. Provide software updates for all maintained systems. 1.1. EMCS downtime shall not exceed two hours during the month. 3. GOVERNMENT FURN.ISHED PROPERTY. See Appendix A 4. GENERAL FORMATION. 4.1. QUALITY CONTROL. A Contractor shall develop and maintain a quality program to ensure services are performed in accordance with commonly accepted commercial practices for service and maintenance of Energy Management and Control Systems and Air Force regulation. B The contractor shall develop and implement procedures to identify and prevent defective services from recurring. C As a minimum, the contractor shall develop quality control procedures that address and identifies problems in writing to the government of hardware and software issues and conflicts within the system Tasking A,B,C shall be in writing and a copy delivered to the Government for approval. A copy shall be maintained by the contractor in the Bldg 301 EMCS server room for inspection by Air Force The government evaluator must have a specific quality control inspector to receive customer complaints. h 4.2. QUALITY ASSURANCE. The government will periodically evaluate the contractor's performance in accordance with the Quality Assurance Surveillance Plan. 4.3. GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (May 1997), for contractor's failure to correct nonconforming services. 4.4. HOURS OF OPERATION. Normal operation is Monday through Friday (7:30 a.m. To 4: 15 p.m. except for Federal Holidays. Inspection and Maintenance shall be performed during normal duty hours, emergency repairs 24 hours a day, seven (7) days a week. 4.5 SECURITY REQUIREMENTS. Contractor personnel shall obtain and possess at all times while on Offutt AFB, an authorized identification (ID) card and Restricted Area Badge (only in applicable areas). It is estimated that approximately two (2) full days of processing for these ID cards are required for each contractor employee prior to contract start date. Each contractor employee will be required to fill out a DD Form 1172, Application for Uniformed Services Identification Card, prior to issuance of an ID card. This form will be available from the Quality Assurance Evaluators office or the contracting office. 4.5.1. The contractor shall request a United States Air Force (USAF) Restricted Area Badge for all personnel who require unescorted entry into a restricted area(s) for specific work for the duration of the contract. While paperwork for badges is being processed escorts will be provided by the Unit Area Functional Manager (UAFM) on an interim basis for areas that requires access. The contractor will wait no longer than twenty (20) minutes after initial notification for an escort to gain access into the restricted area. It is the contractor's responsibility to fully document all cases where entry to restricted areas was not granted. The contractor's personnel shall have proper identification prior to entry into restricted areas. It is the responsibility of each UAFM to brief all contractor personnel working in their area on procedures and policies of their particular restricted area and document the briefing for their files. 4.5.2. The contractor shall obtain a favorable National Agency Check (NAC) investigation for its employees for unescorted entry to restricted areas. This will be accomplished by downloading Electronic Personnel Security Questionnaire (EPSQ) from the internet using address of www.dss.mil. Using the computer program each individual requiring unescorted access will accomplish a Questionnaire for Non-Sensitive Position on, SF 85and record on a blank computer disk per EPSQ instructions. After accomplishment call for an appointment with 55th CES/CER (M r. John Parr/294-7163) for the processing of AF Form 2583 and also Resource Protection Section, 55th Security Police, Bldg. 323 1st floor, Ph. 294-5252, who will initiate the NAC. 4.5.3. The Contractor is responsible for controlling and accounting for all identification cards and restricted area badges. When employee(s) leave the employment of the Contractor, the Contractor is responsible to recover the ID cards and all other entry/security documents from the terminated employee and immediately (within one duty day) deliver these items to the Contracting Officer. When restricted area badges are involved notify the 55th CES/CER security officer. If loss or failure to tum in these items within ten (I 0) calendar days, the Government shall deduct the amount of $25.00 per item, per employee from the next applicable invoice. The fee is to cover the Government's administrative and inventory cost. 4.6 PERFORMANCE OF SERVICES DURING CRISIS DECLAREDBY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. All services to be performed under this contract have been determined to be essential for performance during crisis and, according to Department of Defense Instruction (DODI) 3020.37 and Air Force implementation thereof, it is determined that the contractor will be required to perform during crisis as stipulated in paragraph I. above unless otherwise directed by an authorized government representative. 4.7 Emergency Services. The contractor shall provide emergency services within 2 hours to repair the Energy Management and Control system as determined by the government. For purposes of this specification, an emergency situation is any condition that requires immediate action to eliminate life or serious injury hazards to personnel, prevent loss or damage to government property, or restore essential services. It is anticipated that this service will be required 25 times per year. 5. APPENDICES A. Estimated Workload Data and Equipment Listing APPEN DIX A ESTIMATED WORKLOAD DATA AND EQUIPMENT LISTING CRITICAL CENTRAL EQU IPMENT LIST List of Covered Software Loaded on Servers SOFTWARE DESCRIPTION REVISION AppSight Blackbox Adobe Acro Reader 7 7 Server 2003 service pack 1 BACNET Explorer 1.00.2001.0405 BACNET Point Server R310.1 Building Network Point Server R310.1 CARE Controller Programmer Honeywell 8.02.01 Client Components R310.1 Diagnostics Framework R310.1 Display Builder 320.3 Echelon iLON 600 Echelon LNS Server 2.00.24 Echelon Open LDV 3.3 Excell 5000 Direct R310.1 HMI Webstation & Display Builder R310.1 Honeywell Logger Service R310.1 Honeywell Plugins: CVAHU, FCU, HYD2, R10, UV, VAV2 R310.1 Honeywell HCI Runtime R310.1 HVAC Solution Pack R310.1 Java 2 SE v1.4.2-03 Symantic Live Udate 2.6 Symantic Anitvirus 10.0.2.2000 LON Works Point Server R310.1 MS AQL Server Desktop Engine Quick Builder 2.30 Build 2002 Acronis True Image Echo Server Central Events Program Utility R310.1 Client Side Components R310.1 Cute PDF Writer (ShareWare) 2.5 Interprise Building Intigrator R310.1 HMI Web Browser R310.1 Lantronix Device Installer 4.2.0.4 Lantronix Redirector Live Reg Symantic MS Viewer Redistributable 2005 MS SQL 2005 ODBC Client R310.1 OPC Data Transfer R310.1 OPC Server Connect R310.1 SQL XML R310.1 Win VNC 3.3.3 Loaded on Point Servers COMPUTER 500 SOFTWARE DESCRIPTION REVISION AppSight Blackbox Adobe Acro Reader 7 7 Client Components R310.1 Diagnostics Framework R310.1 Echelon LNS Server 2.00.24 Excell 5000 Direct R310.1 HMI Webstation & Display Builder R310.1 Honeywell Logger Service R310.1 Java 2 SE v1.4.2-03 Symantic Live Udate 2.6 Symantic Anitvirus 10.0.2.2000 MS SQL Server Desktop Engine MSDE 2000 Remote Sync Server Honeywell 2.08.11 Shape Library R310.1 System Display R310.1 Windows XP Loaded on Work stations COMPUTER 518 SOFTWARE DESCRIPTION REVISION Adobe Acro Reader 8 8 Building Network Point Server R310.1 Cute PDF viewer(Share Ware) EBI Client Components R310.1 EBI Station and Display Builder R310.1 EBI Shape Library R310.1 EBI System Display R310.1 Symantic Live Udate 2.6 Symantic Anitvirus 10.0.2.2000 Symantic Scan Engine 111.2.0.72 Windows XP Loaded on LapTops ( field tools) LAPTOP 301D Adobe Acro Reader7.0.8 8 Broadcom Gigabit intragrated controler Care 8.03 Conexant had d330 MDC V.92 MODEM R310.1 Data logger 1 Dell mobile broad band card utility 2.06 Dell resource CD 1 ECHELON openLDV 4 High definition auto driver package KB888111 Intel graphic media accelerator driver Mcafee solitifier Anitvirus 111.2.0.72 Microsoft.Net Framework 2.0 service pack 2 Microsoft.Net Framework 3.0 service pack 2 Microsoft.Net Framework 3.5 SP1 service pack 2 MSXML 6.0 Parser (KB933579 6.10.1200.0 OZ776 SCR driver V1 1.1.3.9 PSeriesDriver 5.07.08 Sigma TEL Audio 5.10.4820.0 Verizion Modile Broadband Drivers 3.02.002.002 Verizion wireless USB760 Firmware Updates 1.0.3 Vmware Player 301.1.13618 Windows Installer ( KB893803) 3.1 Windows XP Quantity Software Product Number 1 Version Product Description Location 1 R310 SWEBI-MSSQL Bldg.185, 301, 500, 522 1 R310 SWEBI-Point License Bldg.185, 301, 500, 522 1 R310 SWEBI-Client License Bldg.185, 301, 500, 522 1 R310 SWEBI-HMI Browse Lie Bldg.185, 301, 500, 522 1 R310 SWEBI-DSA-Points Bldg.185, 301, 500, 522 1 R310 SWEBI-IF-XL5 Point Server Bldg.185, 301, 500, 522 1 R310 SWEBI-IF-XL+ Bldg.185, 301, 500, 522 (If software embedded in network hardware is to be covered, include it in the List of Covered Software.) List of Covered Hardware Computers EQUIPMENT MANUFACTURER MODEL SERIAL BLDG SERVER DELL Poweredge 1750 472XY41 301D EMCS SERVER DELL Poweredge 1800 6SFY7B1 / MXL9460YBK 500 EMCS SERVER DELL Precision 370 BD0FP61 / MXL9460YBY 522 EMCS SERVER DELL Precision 390 34W77D1 185 EMCS SERVER DELL Precision 360 301 EMCS COMPUTER DELL PS Precision 360 24W77D1 185 EMCS COMPUTER DELL PS-A Precision 380 3W6X7B1 301D EMCS COMPUTER DELL PS-B Precision 380 6W6X7B1 301D EMCS COMPUTER DELL PS-BNPS Precision 380 7W6X7B1 301D EMCS COMPUTER DELL PS Precision 380 HGHX7B1 500 EMCS COMPUTER DELL WS Precision 380 GGHX7B1 518 EMCS COMPUTER DELL WS Precision 380 CGHX7B1 301D EMCS COMPUTER DELL WS Precision 380 FGHX7B1 301D EMCS COMPUTER DELL WS Precision 360 FYG6051 507 EMCS COMPUTER DELL WS Precision 360 5ZG6051 301 EMCS COMPUTER DELL WS Precision 360 CYG6051 404 EMCS COMPUTER DELL WS Precision 360 GYG6051 457 EMCS COMPUTER DELL WS Precision 360 HYG6051 565 EMCS COMPUTER DELL WS Dimension 2400 CNJHG61 288 EMCS COMPUTER DELL Precision 360 1ZG6051 301D EMCS COMPUTER DELL Precision 360 JYG6051 301D EMCS LAPTOP #1 DELL MS Latitude 830 BBKBGD1 301D EMCS LAPTOP #2 DELL MS Latitude 830 2CKBGD1 301D EMCS LAPTOP #3 DELL MS Latitude 830 FBKBGD1 301D EMCS LAPTOP #4 DELL MS Latitude D820 H1806C1 301D EMCS LAPTOP #5 DELL MS LT Latitude 830 1BKBGD1 301D EMCS LAPTOP #6 DELL MS Latitude 830 HBKBGD1 301D EMCS 6.1 Software Enhancement and Support For software included in the List of Covered Software the Contractor will, on a scheduled basis, (a) evaluate the condition of the software, (b) apply available updates that are applicable to the installed version of EBI, specifically Rev. 3.10 of the software (but for third-party software only after it has been qualified by the Contractor) and that have not been previously applied, (c) Contractor will perform a full system back-up (d) save the back-up files in a controlled area on Offutt AFB no more than 3 copies.and will develop a data backup and recovery plan with detailed procedures for performing backups and the steps to take when recovering a system within 30 days of award of contract. 6.2 Hardware Support For hardware included in the List of included hardware, the Contractor will, on a periodic basis, evaluate the performance of the hardware and recommend any enhancements needed to allow the software to perform as specified. If the Refresh Option is selected, the Contractor will replace the listed hardware with new hardware that satisfies the requirements of the upgraded or updated software on or about the two-year anniversary of the initiation of these EBI Software Enhancement and Support Services and on or about any succeeding two-year anniversary, for as long as these services remain in effect. 6.3 Performance Review At Customer's request, the Contractor will, on an annual basis, provide a review of the services provided under this addendum. As part of this review, the Contractor will discuss services provided since the last review, answer questions pertaining to the services, and discuss opportunities to improve performance. 7. Special Provisions 7.1 EBI Operator Training Support - The Contractor will provide five 8 hour blocks of agreed upon EBI training for base personnel. Training topics to include Items stated in Appendix B. Training will be schedules and conducted on mutually agreed upon dates during The first 30 days 7.2 On Site Preventative Maintenance - The Contractors personnel will be on site to perform maintenance tasks for 8 hours every other week on Wednesday of that week. Each PM or repair completion (service report) will be emailed to Offutt personnel. EBI, CARE and CAE backups are part of these PM tasks. Backups shall be stored inside locker within EMCS for all servers. Contractor shall upkeep EBI database. Contractor shall remove all unused points and associated loops from EBI database. Contractor shall update inventory on front end every thirty days and provide CE personnel with updated inventory list. 7.3 Hardware Support - In addition, recommended PM tasks will also be scheduled and performed quarterly Task list below and a report of findings summited to system administrator. However, the EBI software that resides on these machines is included in the coverage of the agreement. PM Tasks Description Quarterly Perform full OS System backup X Perform CMS database backup X Perform ASCII data backup X Perform Honeywell Server Data backup X Perform Display Builder database back-up X Perform Quickbuilder File backup X Apply available supported updates to the EBI OS X Review event log and archive backup X Check all cables and connections X Check all Disk drives for correct operation X Check memory base & expanded for correct operation X Check cooling fan for correct operation X Check Channel performance X Check device and peripheral performance X Check subjective operator activity X Check event archiving status if in use X Check alarm log for recurrent alarm activity X Run disk clean up system utility X Check and record free space on each disk drive X Perform Acronis image copy X W/custs agreement archive old files to free space. X Save downloadable controllers on EBI. X Record event number compare w/stack maximum value X Analyse event log files & take appropriate action X Test the Web EBI server is working correctly X Apply Security Patches X Test SQL server, send reqts to other SQL client X Check the error percentage on all channels. X Check the error percentage on all controllers. X Check comm rates of all channels with XLNET tool X Check synchronization of databases and files X Save the set-up & specific menus of each station. X Synch system pages & client pages with the server X Run disk defragmenter utilities X Store all backups in 3 separate locations X Check & clean keyboard, mouse, monitor etc X 7.4 Additional Support -- Any additional support that is required by base technicians above and beyond this agreement will be preauthorized by OAFB and will require a separate purchase order and the service will be billed at the Preferred Rate. Current automation technician rate is $144.50/hr. 7.4.1 For example, base technicians need assistance programming a field controller, if the assistance that is to be provided by the Contractor technicians is estimated to be more than l hour; the service \viii require an additional pre approved purchase order before proceeding. APPENDIX B TRAINING REQUIREMENTS Basic Operator Training For EBI Terminals 1 Basic access to the system along with navigation of the various screens 2 Set points, status along with temperature pressure readings etc. and how to modify change these settings 3 Alarm management; were to find alarms clear alarms etc. DDC Personnel Training 1 How to trouble shoot and identify problems with the EBI system to include Comm. Issues, back-up Servers, Point Servers and Building Network Adaptors 2 How to load a new BUS on to EBI from start to finish 3 How to set up a new controller on EBI from start to finish including loading points on the various servers and settings in Quick builder graphics and whatever else is entailed 4 Import Graphs verses copy and paste advantage and disadvantage
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/FA4600-13-P-0061/listing.html)
 
Place of Performance
Address: Offutt AFB, Sarpy, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN04997802-W 20180720/180718231338-03f4206bee79bed7c605d2342a97ae52 (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  © 1994-2020, Loren Data Corp.