Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1, 2000 PSA #2718
SOLICITATIONS

K -- UPGRADE EXISTING SIEMENS BUILDING TECHNOLOGIES ENERGY MANAGEMENT SYSTEM

Notice Date
October 30, 2000
Contracting Office
Department Of Veterans Affairs Medical Center, 4646 John R, Detroit, MI 48201
ZIP Code
48201
Solicitation Number
RFP:553-25-01
Response Due
December 4, 2000
Point of Contact
Ms. Barbara A. Wilkinson, 313-576-3737 or Ms. Jodi Cokl, 313-576-3738
Description
The Department of Veterans Affairs, John D. Dingell Medical Center, 4646 John R. Street, Detroit, MI, intends to negotiate with Siemens Building Technical Inc., 31623 Industrial Road, Livonia, MI 48150 for the purchase of software and training for the existing Siemens Building Technologies Energy Management System. This is a combined synopsis/solicitation for commercial items 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. Solicitation number RFP: 553-24-01 has been assigned to this procurement. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 97-19, NAICS 541511. Contractor shall provide all labor, material, tools, equipment and supervision to upgrade VAMC Detroit's existing Siemens Building Technologies Energy Management System to include the following features: Operate under a Windows NT 4.0 platform, provide full-length point names up to 30 characters, allow for year-in-advance time of day equipment and report scheduling, provide secured access through passwords and configurable user access privileges, include a dynamic riser diagram providing real-time system information, provide Ethernet capability, ability to support up to 100 field panels and up to 4 dedicated building level networks, support unlimited number of workstations, and provide simultaneous connection to dedicated and remote dialup terminals. Contractor shall phase the upgrade of the energy management system according to the following schedule: Phase I: a. Provide initial setup of two front ends side by side. Existing front end will be online and upgrade will be off-line. b. Convert the front end of the upgrade for graphics, time of day and used accounts. c. Provide 5 days of on-site training including laptops, field panel and front end. d. After all training is completed, convert the front end to the upgrade. Provide and install 3 workstations on the management level network. Provide laptops for the operators with the new software. Phase II. Convert all field panels to upgrade. Conversion will proceed in the order of lest critical tomost critical panel. Phase III: a. Convert the building level network to the upgrade. b. Provide training to VA operators/programmers on the upgrade including advance operations and programming strategies. Contractor shall provide a full one-year warranty from final date of final acceptance by the Government. The Government will make payments in arrears on certified invoice upon final acceptance. The following incorporated provisions and clauses are those in effect through FAC 97-19 and are applicable to this acquisition. 52.212-1, Instructions to Offerors -- Commercial Items: addendum to FAR 52.212-1, Paragraph (b) (5); Offerors shall provide an express warranty which at a minimum shall be the same warranty terms, including offerors of extended warranties, offered to the general public; 52.212-4, Contract Terms and conditions -- Commercial Items; 52,212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.222-3, Convict Labor; 52.233-3, Protest After Award; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era; 52.225-3, Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act -- Balance of Payments Program; 852.219-70, Veteran-Owned small business; 852.270-4, Commercial Advertising; Offerors must include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with it's offer. The proposed contract action is for the purchase and installation of this upgrade, which the Government intends to solicit and negotiate with only one source under authority for FAR 6.302-1. All FAR provisions and clauses may be reviewed and/or obtained from the General Service Internet address http://www.gov/far. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract, based upon responses to this notice, is solely with the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responses must be submitted no later than 4:00 p.m. Local Time on December 4, 2000 to the Contracting Officer indicated above. See numbered Note 22.
Record
Loren Data Corp. 20001101/KSOL001.HTM (W-304 SN5054Q3)

K - Modification of Equipment Index  |  Issue Index |
Created on October 30, 2000 by Loren Data Corp. -- info@ld.com