Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 2,1998 PSA#2172

General 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