|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1998 PSA#2248US Army Corps 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 DACW29-99-R-0007 DUE 021999 POC Susan
Hartsock, Contracting Officer, (504) 862-2863 OR FAX (504) 862-2889
E-MAIL: PLC System, susan.hartsock@MVN02.usace.army.mil. 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 (with a intra-structure fiber optic backbone
system) at the Inner Harbor Navigation Canal Lock and at the Algiers
Lock, both in New Orleans, LA. The offeror will be responsible for the
design, installation, programming, inspection/check-out and
calibration of each completed system. The offeror must also provide
complete system documentation and operator training. The PLC systems
must be fully integrated with each structure's existing gate actuating
system and its visual signaling devices and be capable of expansion to
meet future control needs. At minimum, the system must provide all
current capabilities and operational features. Additionally, the
offeror must install electronic instrumentation to measure and display
water-level data from within the lock areas and at the approaches to
the structures. From each structure control building(s), 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, operational parameter settings ('failsafes')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 each PLC system must not
interfere with lock operations. The offeror is responsible for the
removal of the decommissioned control instrumentation. An overview of
lock operations, equipment installation locations and possible cabling
pathways will be provided during mandatory pre-proposal site visits.
The PLC systems must employ splice-less, glass fiber-optic cabling for
information/control signals and have, at minimum, 100% fiber count
redundancy to all remote sensors and control devices. 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/spike protection and UPS capability must be provided
for all instrumentation. All contractor installed fiber-optic cabling
must be 62.5/125 dual wavelength (850/1300nm), multi-mode (graded
index) glass fiber and must be of FDDI-grade. All cabling runs between
instrumentation locales must be direct burial rated and must be buried
wherever possible. Where burial is not possible, grounded aluminum
conduit must be utilized. Existing structure conduit may be utilized.
Conduit which must be installed on the structures must be firmly
anchored. Corps of Engineers personnel will determine the suitability
of all conduit installations. All direct burial rated fiber-optic
cabling should have a loose-tube, all-dielectric design that is both
water-blocked and gel filled. A splice-less, color-coded glass
fiber-optic system backbone must be installed across each end of each
structure in available conduit and be terminated at each structure end
in a wall-mounted, cross-connection center. The cabling must be
armored and direct burial rated. A minimum, the fiber count of each
backbone must meet PLC system requirements plus 18 fibers. Cabling
pathways and connection center mounting locales will be designated
during the mandatory site visits. All fiber-optic installations must
follow National Electrical Code Article 770. The cross-connection
centers must utilize multi-mode, ST-compatible connectors with ceramic
ferrules and composite hardware, must accomodate the full fiber count
for field connectorization and must have cable
strain-reliefprovisions. All fiber terminations and connectors must be
compliant with EIA/TIA specifications. Prior to each installation, the
vendor must supply the Government with expected performance levels of
completed fiber-optic system cabling and perform an OTDR test on the
fiber. During and at the end of the network installation, the vendor
must perform and document end-to-end attenuation testing and a OTDR
analysis to verify acceptable performance ranges, to establish a system
signature trace and to demonstrate there are no fiber discontinuities.
Offeror shall ensure products provided under this contract, to include
hardware, software, firmware, and middleware, whether acting alone of
combined as a system, are Year 2000 compliant as defined in FAR Part
39. Proposals must include an optical budget, transmitter source type
and power, receiver sensitivity and frequency used. The system optical
power margin must account for future upgrades. The successful 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. Offeror must be fully insured and
must supply a list of references for similar past installations.
Proposals must include all costs for freight, travel and per diem.
Installations must be completed within 120 days after award. The
mandatory site visit for Algiers Lock is scheduled for January 27, 1999
beginning at 10:00 a.m. The mandatory site visit for IHNC Lock is
scheduled for January 28, 1999 beginning at 10:00 a.m. 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 of Executive Orders -- Commercial Items, and the clause at
252.212-7001, Contract Terms and Conditons Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items apply to this acquisiton. 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 Capability and Past Performance are
of equal importance and when combined are slightly higher than price.
Include product descriptive literature with proposal and a completed
copy of the provision at 52.212-3, Offeror Representations and
Certifications -- Commerical Items. Offeror must be registered in the
Central Contractor Registration. Offers are due no later than 19
February 1999, 2:00 p.m. CST, at USAED-NOD, Attn: CEMVN-CT-P Susan
Hartsock, Foot of Prytania Street, New Orleans, LA 70118. SIC code is
3679, size standard 500. Interested parties planning on attending the
site visits must notify this office of such intentions. See Note 1.
Posted 12/21/98 (W-SN282356). (0355) Loren Data Corp. http://www.ld.com (SYN# 0235 19981223\59-0007.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|