Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
MODIFICATION

Z -- Emergency USP Repair Programmable Logic Control System - USP Terre Haute, IN

Notice Date
4/21/2020 8:21:54 AM
 
Notice Type
Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FAO GRAND PRAIRIE TX 75051 USA
 
ZIP Code
75051
 
Solicitation Number
15B41820Q00000009
 
Response Due
6/5/2020 11:00:00 AM
 
Archive Date
12/31/2020
 
Point of Contact
Jim D Seratt, Phone: 9723524517, Fax: 9723524545
 
E-Mail Address
jseratt@bop.gov
(jseratt@bop.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Bureau of Prisons has a requirement for a contractor to complete a project titled �Emergency Repair USP Programmable Logic Control System� for the United States Penitentiary (USP) located in Terre Haute, Indiana. �The existing PLC system is made by Omron.� The current system is operational.� The intent of this project is to repair and upgrade the system with contractor provided I/O modules, processors, back plane, and items needed for mounting.� The Owner will provide the cabinet and wiring. The Government contemplates awarding of firm fixed priced purchase order. � The contractor will be responsible for the following tasks: -Engineering and design program layout for each new touch screen control station.� Stations will be located in 12 Housing Units, the Main Control Center, the SHU and SCU Control Rooms, etc.� Contractor will field verify all necessary locations. -Contractor will terminate all additional wiring for input and output points inside communication cabinet for 24 push button door indication buttons for each cell door. -Contractor will program approximately 130 additional points for new door controls to be located in the SHU and SCU.� Programming will include 24 push button door indication buttons located in SCU B-Upper at cell each door. Indication buttons will not affect normal door operation. Buttons are only used to notify/identify door call up to main screen in SCU control for acknowledgement. -Contractor will provide an assurance statement that door operation will not be affected by indication buttons. -Contractor will provide in-house program testing and certification, on-site start-up, and testing / certification. -Contractor will provide a minimum 8 hours of on-site training.� Training will consist of the operations of the new software, programming, troubleshooting and operational procedures of the new field hardware and software.� Certification to all relevant government personnel and final documentation will be provided. -Contractor will ensure that all software/programming for the intercom/PA system is in place and functioning properly.� BOP will assist the contractor by providing troubleshooting and physical repairs of the hardware, wiring, etc. -Contractor will ensure that the administration server (data logger) will record and report all necessary information of PLC operations and that reports will be accessible and obtainable. -Software development owner review meetings will be held (via conference call, on-site, etc.) during the programming portion of the work. -Turn over to owners/BOP at the end of the project all documents to include programming source codes and wiring diagrams. -Freight from your facility to the project site for all owner-provided materials. -Contractor will provide 20 - Indusoft software licenses or other compatible BOP approved software that is fully compatible with the system. -The contractor shall test and troubleshoot the system software during system start-up and certification. BOP shall be responsible for any agreed upon preparation work requested by the contractor to afford a smooth transition concerning the new installation.� Any prep work by the BOP must be requested in writing by the contractor. The Government will be responsible for the following tasks: -Removing the existing graphic control panels.�������� ����� -Provide any millwork modifications. -Provide intercom microphones and speakers.������������������� -Provide computers and touchscreens. -Repair or troubleshoot any existing equipment.������������� -Provide escorts all day for each day Contractor is onsite. -Repair or troubleshoot any existing wiring.���������������������� -Repair or troubleshoot any existing terminations. -Repair or troubleshoot any 120V circuits and receptacles. -Repair or troubleshoot UPS power. -Provide 16 new BOP approved push button activated locking mechanisms (pop locks) and door position switches for SHU/SCU doors. -Provide and install 24 new push button door indication buttons located for SCU B-Upper at cell each door. -All concrete work, drywall, painting, caulking or any other general construction work. -Installation of all wiring, conduit and associated hardware for the system upgrade. The Government will be providing the following equipment: -19 - HP EliteDesk 800 G4 Tower CTO Bundle. TAA eStar, EPEAT Gold.� Intel Core i7-8700 processor, 16GB RAM, 256GB SSD, DVDRW, VGA port, Win 10 Pro 64, warranty upgrade to 3Y NBD O/S w/DMR. -19 - S5-Z9H51AA Z9H51AA HP NVIDIA GeForce GT 730 DP 2GB PCIe x8 GFX -18 - S5-E331987 E331987 Elo 2494L 23.8"" Open-frame LCD Touchscreen Monitor - 16:9 - 16 ms - Projected Capacitive - Multi-touch Screen - 1920 x 1080 � Full HD - 16.7 Million Colors - 3,000:1 - 250 Nit - LED Backlight � HDMI - USB - VGA - Black - T�V, RoHS, China RoHS, WEEE - 3 Year -3 - S5-E329262 E329262 Elo 2794L 27"" Open-frame LCD Touchscreen Monitor - 16:9 - 12 ms - intelliTouch Surface Wave - 1920 x 1080 - Full HD - 16.7 Million Colors - 3,000:1 - 300 Nit - LED Backlight - HDMI - USB - VGA - Black - T�V, RoHS, China RoHS, WEEE - 3 Year Please refer to the Statement of Work included with the solicitation posting for further details.� The solicitation will be distributed solely through the website at https://beta.sam.gov.� Hard copies of the solicitation will not be made available.� The website provides download instructions. All future information about this solicitation, including any amendments, will also be distributed solely through this website.� Interested parties are responsible for continuously monitoring this website to ensure that they have the most recent information about this proposed contract action. The North American Industrial Classification System (NAICS) code applicable to this requirement is 238990 with a corresponding small business size standard of $16,500,000.� IMPORTANT:� Any contractor interested in obtaining a contract award with the Federal Bureau of Prisons must be registered in the System for Award Management (SAM) at www.sam.gov.� If you have questions about the System for Award Management (SAM), Government procurements in general, or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/10287c37fcf049818de40531f14cb8c6/view)
 
Place of Performance
Address: Terre Haute, IN 47802, USA
Zip Code: 47802
Country: USA
 
Record
SN05630374-F 20200423/200422060348 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.