|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1998 PSA#2172General Services Administration, Public Buildings Service (PBS),
Central Heating Plant (WPMF), 13th & C Streets, S.W., Washington, DC,
20407 D -- DEMO EXISTING BAILEY MCS AND INSTALL BAILEY PROCESS VIEW SOL
GS11P98YJC0098 DUE 091698 POC Toni Butler, Contract Specialist, Phone
(202) 690-9729, Fax (202) 690-9777, Email butler.toni@gsa.gov --
Priscilla Chaney, Contract Specialist, Phone (202) 690-9720, Fax (202)
690-9777, Email priscilla.chaney@gsa.gov WEB: Visit this URL for the
latest information about this,
http://159.142.150.114/cgi-bin/WebObjects/EPS?ActionCode=P&;ProjectID=G
S11P98YJC0098&LocationID=122. E-MAIL: Toni Butler, butler.toni@gsa.gov.
GENERAL SERVICES ADMINISTRATION HEATING OPERATION & TRANSMISSION
DISTRICT CENTRAL HEATING PLANT DEMO EXISTING BAILEY MCS AND INSTALL
BAILEY PROCESS VIEW STATIONS TECHNICAL SPECIFICATION I. Scope of Work
The contractor shall furnish all of the necessary equipment, labor,
supplies and supervision to demo the existing bailey MCS, install four
(4) Bailey Process Control View stations, convert the existing
Engineering Work Station (EWS) to a PCV client node and upgrade
existing firmware to Y2K compliant revision levels. Work is to be
performed at the Central Heating Plant located at 13th & C Sts., S.W.
in the District of Columbia. A. Process View Stations The contractor
shall demo and dispose of the existing Central Heating Plant MCS and
provide a turn-key Process Control View replacement. The PCV Stations
shall be comprised of one primary node, one redundant node, and three
client node stations. 1) The contractor shall provide and install 4
P.C. View stations loaded with the Bailey P.C. View software. Bailey
Controls provides approved specifications for computer platforms using
P.C. View. The P.C.View computer shall strictly follow the
specifications provided by Bailey Controls. In addition each station
shall have the following hardware. a) Full size tower with 300w min
power supply. b) 3 serial and 2 parallel Ports available to support
external hardware. 2) The contractor shall convert the existing
Engineering Work Station (EWS) into a PCV client node/EWS station. 4)
The PCV stations shall be loaded and tested with all data points
desired for reporting. The contractor shall submit, for approval, a
list of all data points to be downloaded prior to download. 5) The PCV
stations shall have the capability monitoring and trending up to 5,000
tags 6) The contractor shall provide one backup copy of each software
program loaded on the P.C. View stations. 7) The contractor shall
provide and install 4 computer desks of appropriate dimensions that
will be capable of accommodating the P.C. tower, keyboard and monitor.
The desks shall provide lockable space for each P.C. tower. B.
Installation Installation of the P.C. View stations shall be
accomplished in two phases. Phase two shall be scheduled to begin two
weeks after phase I has been completed. During the two week down time
the contractor shall provide onsite training for all boiler operators
and EICM's. The following is the schedule for each phase. Phase I: 1)
The contractor shall demo one (1) MCS master and slave. 2) The
contractor shall install two (2) P.C. View stations and desks in place
of the demolished MCS. 3) The contractor shall convert the existing
EWS station into a PCV client node. 4) The contractor shall install Y2k
compliant firmware in all appropriate modules. 5) The contractor shall
load the remaining P.C. View stations with all tags and necessary data
for installation. 6) The contractor shall temporarily install the
remaining P.C. view stations in the third floor training room for
operator training. Down Time Week One: The contractor shall perform
Boiler Operator Training. Down Time Week Two: The Contractor shall
perform EICM training. Phase II: 1) The contractor shall demo the
remaining MCS stations. 2) The contractor shall install the remaining
P.C. View stations. C. Training 1) EICM Training The contractor shall
provide 16 hours on-site training on the use of the EWS P.C. View
station. Training shall be performed between the hours of 7:00am and
3:30 pm mon-fri. The contractor shall briefly cover all functions
available on P.C. view. The training shall cover in detail the
following: a) How to down load data points. b) How to monitor points in
real time as well as historical. c) How to create reports and graphs
using the historical data within P.C.View. d) How to trend data points.
e) Exporting files to other available software. f) The use of the
operating system loaded on the P.C. View station. 2) Boiler Operator
Training The contractor shall provide eight hours operator training per
shift. Training shall be performed during shift hours. Shift daysand
times are as follows: Monday 4pm-12am, Tuesday 8am-4pm, Wednesday
8am-4pm, Thursday 8am-4pm, and Friday 12am-8am. 3) The contractor shall
provide manuals which detail the use of all available functions within
P.C. View. 4) The contractor shall provide manufacturers manuals
detailing the use of the operating system and any other software loaded
on the P.C. View station. II. General Contract Specifications: A. The
contractor shall complete the work specified under this contract within
ninety (90) calendar days from the receipt of the notice to proceed.
Failure to complete the contract within the stipulated time shall
result in liquidated damages of $1000 being assessed for each day of
the contract in excess of the 90 days. B. The work required under this
contract is to be performed at the Central Heating Plant located at
13th & C Sts., S.W. Washington, DC. It shall be the responsibility of
the contractor to ascertain and comply with the prevailing safety and
security regulations at this location. C. The work required under this
contact is to be performed during the Central Heating Plant business
hours, 7:00 am to 3:30 pm Monday through Friday. D. It shall be the
responsibility of the contractor prior to bidding this job, to seek
clarification to any unclear items on the specification and inform
themselves of existing site conditions. Failure to do so will in no way
relieve the successful contractor from work that may be required to
carry out the terms of the contract, in accordance with the true intent
and meaning of the specifications at no additional cost to the
government. E. The contractor shall clean up the work site at the end
of each work day and remove all work related debris upon completion of
the project. F. All waste generated as a result of contractor
excavation and construction and/or installation of contractor supplied
materials or equipment is the property of the contractor except items
defined as "salvage" by the Government. The contractor is responsible
for the removal of his waste and shall not use government owned or
controlled equipment to contain, store, or otherwise handle his trash
or debris. The contractor shall provide sufficient containers to remove
all waste created by his operations and remove same from the job site
as soon as practicable. The contractor is responsible for assuring that
all waste from Government work is disposed of only through a facility
that has been certified by the appropriate State or local agency for
waste management, or by the Environmental Protection Agency. G. Upon
the conclusion of all work, a comprehensive inspection and performance
test shall be performed by the government representatives prior to the
issuance of final approval and acceptance by the government. H. The
contractor shall warranty all workmanship for a period of one year from
the date of acceptance of work by the Government. III. Contractor
Qualifications: Contractors shall submit with their bid packages three
references to attest to their experience and previous successful
completion of jobs of the type and magnitude specified under this
solicitation. The field service technician must have at least 3 years
experience in performing work with Bailey equipment. A. Contractors
shall submit evidence of their experience and qualifications. The
successful contractor must have at least 3 years successful experience
in performing work of this nature. B. Contractors shall furnish
resumes of the individuals in their companies responsible for the
technical portion of the work, including the field service technicians
to perform the field work. C. Contractor shall furnish a minimum of
three (3) successfully completed projects similar to that specified
herein. The following information shall be required on each project
listed: (1) Project Name (5) Client Address (2) Project Completion Date
(6) Contact Person (3) Project Location (7) Client Phone No (4) Client
Name D. The contractor shall furnish all information as required in
paragraphs "1" through "3" as part of their bid package. IV. Basis of
Offer: The contractor shall quote a firm, fixed price to perform the
work as specified under the terms and conditions of the Contract.
Posted 08/31/98 (D-SN244008). (0243) Loren Data Corp. http://www.ld.com (SYN# 0018 19980902\D-0007.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|