Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 13,1998 PSA#2051

US Army Core of Engineers, Dist New Orleans, PO Box 60267, New Orleans, LA 70160

59 -- DESIGN AND INSTALLATION OF A REPLACEMENT CONTROL SYSTEM, PROGRAMMABLE LOGIC CONTROLLER SOL DACW29-98-R-0016 DUE 042498 POC Susan Hartsock, Contract Specialist, (504) 862-2863 or FAX (504) 862-2889 This is a combined synopsis/solicitation for a best value commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The U.S. Army Corps of Engineers, New Orleans District, request proposals for the installation of a fully functional (turn-key) Programmable Logic Controller (PLC) system to operate the Old River Lock in Lettsworth, LA. The offeror will be responsible for the design, installation, programming, inspection/check-out and calibration of the completed system. The offeror must also provide complete system documentation and operator training. The PLC system must be fully integrated with the structure's existing gate actuating system and its visual signaling devices and be capable of expansion to meet future control needs. Additionally, the offeror must install electronic instrumentation to measure and disply water-level data from within the lock area and at the approaches to the structure. From each control building, structure personnel must be capable of fully operating the structure and be capable of viewing system displayed conditional information (i.e. gate actuation, signaling, and water levels). The PLC system must have programmable alarms and be capable of creating reports on lock operations. There must also be the capability of remote programming/diagnostics via telephone modem. Except for a 12-hour period scheduled for final integration with structure equipment, the installation of the PLC system must not interfere with lock operations. The offeror is responsible for the removal of the decommissioned control instrumentation. Installation locations as well as possible cabling pathways will be provided during a mandatory pre-proposal site visit. The site visit is scheduled for April 8-9, 1998 beginning at 10:30 a.m. each day. Point of contact for directions to the lock is Don Schneider (504) 862-1828. The system must employ fiber-optic cabling for information/control signals. System power (120 VAC)will be provided by the requestor to all installation sites; however, any additional power requirement is the responsibility of the offeror. Surge and spike protection must be provided for all instrumentation. All offeror supplied fiber-optic cabling and system instrumentation must be of industrial standard/grade and be weather-protected. All cabling must be housed in grounded, aluminum conduit and must be buried wherever possible. Conduit installed on the structure must be firmly anchored. Existing on-site conduit may be utilized if available. Corps of Engineers personnel will determine the suitability of installations. The selected offeror must provide warranty maintenance and repair for all instrumentation for a minimum of one year after installation. Remote diagnostics/programming actions must be performed within 24 hours of official notification. On-site repair actions must be performed within 48 hours of official notification. Offerors must be fully insured and must supply a list of references for similar past installations. Offers must include all costs for freight, travel, and per diem. The provision at 52.212-1, Instruction to Offerors -- Commercial Items, the clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, the clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, and the clauses at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this acquisition. The significant evaluation criteria at 52.212-2, Evaluation -- Commercial Items included in paragraph (a) of that provision is Technical Capability, Past Performance, and Price: Technical Capacity and Past Performance are of equal importance and when combined slightly higher than price. Include product descriptive literature with offer and a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. Offers are due no later than 01 May 1998, 2:00 p.m. local time, at USAED-NOD, Attn: CEMVN-CT-P, Foot of Prytania Street, New Orleans, LA 70118 with faxed offers accepted at (504) 862-2889. SIC Code is 3679. See Note 1. (0070)

Loren Data Corp. http://www.ld.com (SYN# 0297 19980313\59-0015.SOL)


59 - Electrical and Electronic Equipment Components Index Page