Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 13,1999 PSA#2430

Regional 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