Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
MODIFICATION

66 -- Compost Temperature Monitoring System

Notice Date
8/29/2018
 
Notice Type
Modification/Amendment
 
Contracting Office
Bldg 2012 Liggett Ave, Joint Base Lewis-McChord, WA 98433
 
ZIP Code
98433
 
Solicitation Number
JBLMDPWBAZ18-007
 
Response Due
9/14/2018
 
Archive Date
3/13/2019
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: 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. The solicitation number is JBLMDPWBAZ18-007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 with a small business size standard of 500.00 employees. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2018-09-14 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Joint Base Lewis-McChord, WA 98433 The MICC End User requires the following items, Brand Name or Equal, to the following: LI 001: ECOPRO60CPVCBQ36 SUPER DUTY WIRELESS TEMPERATURE PROBES (EcoProbes): - 2 temperature sensors per probe. - 5ft total insertion length. 1st sensor 1 from tip, 2nd sensor 36 from tip. - 316 Stainless steel stem with thick walled CPVC sheath for additional corrosion protection (schd. 80 CPVC, solid CPVC machined tip, nominal 1 O.D., super duty). - All-welded Stainless Steel T-handle - System Accuracy (combined sensor and A/D accuracy): +/- 2 F (+/- 1 C). - Temperature Range: 0 to 200 F or 0 to 100 C. Customer to specify. - Environmental Temperature Limits: -40 to 185 F (-40 to 85 C). - Environmental Humidity: 0-95%, noncondensing. - NEMA 4X housing. - Battery: Self contained battery power. - Battery Life: 1.5 years (at 15 min. intervals.) - 70 orange visibility flag. - Electronic Innovation Inc. - wireless temperature circuit boards. - 36 month limited warranty., 18, EA; LI 002: ECOATTNA ANTENNA: Used to receive wireless data packets from the EcoProbes. Located on the roof or exterior wall of the both Blower Skids. Antenna is typically pole mounted. - Range 1,000 feet (line of sight). - Includes external mounting hardware needed to attach receiver antenna to pole. - Includes wiring which physically connects the antenna to the receiver., 1, EA; LI 003: ECOMODRCV MODBUS RECEIVER: - Receives data packets from the antenna. It is physically connected to the antenna through electrical wiring. Data packets are then delivered to the PLC via RS-485 interface using Modbus protocol. - Data Output Two temperatures; Battery status; Probe I.D.; RF link status. - This system does not include a front end HMI. Customer is responsible for all historical data logging. - Physically mounted on an interior of electric panel on Blower Skid. - Environmental temperature limits: -40 to 140 F (-40 to 60 C). - 24VDC input., 1, EA; LI 004: ECOCOMPHMI800 HMI: Compact HMI 800 5.1 (3BSE064096/E) HMI Operator and Engineering Workplace - Server Product Box including: - One combined Operator and Engineering Workplace - Plant Explorer - Aspect Server, Soft Point Server - Scheduler, Audit trail, Reports, Digital Signature - Primary History Logs, - Snapshot Reports - PLC Connect, PLC Connect Dial-Up - Compact Control Builder AC 800M, OPC Server AC 800M - Graphics Builder. - DVD with Compact 800 Version 5.1 FP4 - User Instructions on media - Installation Instructions - Mouse Pad. 50 Signals, 1, EA; LI 005: ECOCONTAC800M CONTROLLER: AC 800M used for Compact Control 6.0 (3BSE078500/A)PM851AK01-eA Processor Unit Package including: -PM851A-eA, CPU -TP830, Baseplate, width=115 mm -TB850, CEX-bus terminator -TB807, ModuleBus terminator -Battery for memory backup (4943013-6)TK212A Tool cable RJ45 (male) to Dsub-9 (female), length 3 m. RJ45 8P8C plug (with shell). Cable :UL2464 26AWG x 8C. SD831 Power Supply Device, G2 Compliant Input a.c. 100-240 V or d.c. 110-300 V. Output d.c. 24 V 3A. If redundant power application is required connect to SS8XX. Voting unit. Width=35mm. DIN rail mounted. SS832 Voting Device, G2 Compliant Input d.c. 24 V. Dual 24 V to single 24 V, 2x10A. Width=35mm. DIN rail mounted. 18 month warranty from time of purchase or 1 year after installation, but not more than 18 months., 1, EA; LI 006: ECOPCENCL PC, REMOTE ACCESS, AND ENCLOSURE: Workstation class Dell PC, with Office Serial 232/485 Converter Remote Access EWON Enclosure, 42"x36"x12" Back Plate, Galvanized 39"x33" Gateway for Drives Wireless, 1, EA; LI 007: ECOBLOWERDRV75 BLOWER AND VARIABLE FREQUENCY DRIVE: Drive: ABB ACS355 Drive w/Hardened Enclosure Modbus Interface Module Seial Wireless Node Adapter Disconnect, fused w/Type J fuses Class j HS Fuses 2 year warranty Blower: NYB Size 22 Blower w/7.5 hp Baldor Motor. 5448SCFM@4" SP 1750 RPM, 4.98 BHP NYB Transition Square to Round NYB Flex Connector Base Frame - 480V 3phase power source needed, 6, EA; LI 008: ECOSITESTART ON SITE STARTUP: 3 days, 10 hours/day, 2 technicians. The visit includes start up of the system (EcoProbes, HMI, PLC, Drives, and blowers). Includes training for onsite staff. Does NOT include any physical construction., 1, EA; LI 009: INFORMATION ONLY - Installation Construction Field Quality Control The customer (or a licensed contractor) will be responsible for all physical construction on site. This includes but is not limited to installing and/or mounting the antennae, lightning protection, grounding equipment, blower skids (including suitable concrete pad, electrical hookup), and PC/HMI/PLC enclosure. Reotemp will provide written instructions and will be available by phone to assist with the installation construction. The EcoProbe system should not be energized prior to inspection from a licensed contractor, including lightning protection, grounding installation, and use of appropriate transient voltage surge suppression (TVSS) devices. Customer will provide a licensed contractor to investigation the structural and finish conditions. Note: Price based on clear air space in the 902-928 MHz ISM band and information provided by customer. CALIBRATION - Annual Calibration for the life of the system No Charge, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC End User intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC End User is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal. The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea. IAW FAR 52.212-2; Evaluation - Commercial Items, the following factors shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is more important than price. IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance Shipping is FOB Destination CONUS (CONtinental U.S.). New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED. Submitted Quotes will be valid for 45 days after the auction closing. No multiple awards will be made. Quotes received through FedBid will be evaluated and awarded on an all-or-nothing basis. This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).). IAW FAR 52.252-2 Clauses Incorporated by Reference, the full text of FAR and DFARS Clauses may be accessed electronically at http://farsite.hill.af.mil; and are current to the most recent revision dates posted on this site. The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf "AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures." "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report" Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law. Wide Area WorkFlow Payment Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E. This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time. Please address your questions through the FedBid buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@mail.mil or call 315-772-5582.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c0459573560fe48e8e50392e2ed0407)
 
Place of Performance
Address: Joint Base Lewis-McChord, WA 98433
Zip Code: 98433-9500
 
Record
SN05061437-W 20180831/180829231137-3c0459573560fe48e8e50392e2ed0407 (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.