Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1998 PSA#2248

US 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