|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430Regional Officer in Charge of Contracts, Naval Facilities Engineering
Command, Code R120, 4262 Radford Drive, Honolulu, HI 96818-3296 J -- MAINTENANCE SERVICES FOR RUGID SUPERVISORY CONTROL AND DATA
ACQUISITION (SCADA) EQUIPMENT AT VARIOUS LOCATIONS, OAHU, HAWAII SOL
RFP No. N62742-99-R-2150 DUE 110199 POC Contact Point: G. Tazawa, (808)
474-3385; Contracting Officer: A. Yuen, (88) 474-3385 WEB: RFP No.
N62742-99-R-2150,
http://www.efdpac.navfac.navy.mil/ebsroot/pacindex.htm. Maintenance
Services for Rugid Supervisory Control and Data Acquisition (SCADA)
Equipment at Various Locations, Oahu, Hawaii. The work includes, but is
not limited to providing labor, supervision, tools, materials,
equipment, transportation, quality control, and safety prevention
necessary to perform site maintenance and technical assist/services on
Rugid SCADA central and remote monitoring equipment and software.
Technical assist/services includes assistance to Government personnel
during maintenance and operational testing of the Rugid SCADA system.
Site maintenance for the Rugid SCADA system shall include inspection,
testing, calibration, cleaning, and software updates/modifications. The
Rugid SCADA system monitors and controls the potable water system. SIC
Code 7378 applies. The contract term will be a base period of one year
plus four option years. The total term of the contract, including all
options, will not exceed 60 months. If the Government does not award a
follow-on contract in time, the Government may require the Contractor
to continue performance for an additional period up to six months
under the Option to Extend Services clause. In either case, the
Government will not synopsize the options when exercised. This contract
will replace a contract for similar services awarded in 1995 for
$10,500 (firm fixed-price) and $8,950 estimated (indefinite quantity)
per year. We will include information about the current contract and
the incumbent contractor (e.g., value of last option exercised, firm
name, address, etc.) with the solicitation package. We do not require
requests under the Freedom of Information Act for this information. The
proposed contract listed here is 100 percent small business set-aside.
The Government will only accept offers from small or small
disadvantaged business concerns. The solicitation utilizes source
selection procedures which require offerors to submit past performance
experience information and price proposal for evaluation by the
Government. Contractors may view and download the solicitation at the
following site when it becomes available. Proposal receipt date is
approximate.***** Posted 09/09/99 (W-SN378584). (0252) Loren Data Corp. http://www.ld.com (SYN# 0076 19990913\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|