Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2004 FBO #0915
SOLICITATION NOTICE

S -- Maintenance and Repair Services for Direct Digital Control System for HVAC Systems

Notice Date
5/27/2004
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 965, Norfolk, VA, 23510-9113
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-04-Q-AA1088
 
Response Due
6/11/2004
 
Archive Date
6/26/2004
 
Point of Contact
Shavonda Jones, Contract Specialist, Phone (757) 628-4987, Fax (757) 628-4134, - Jeanie Thorne, Contract Specialist, Phone 757-628-4109, Fax 757-628-4134,
 
E-Mail Address
sajones@mlca.uscg.mil, jthorne@mlca.uscg.mil
 
Description
The U.S. Coast Guard, Maintenance and Logistics Command Atlantic (MLCLANT), Norfolk, VA is procuring Maintenance and Repair Services for the Direct Digital Control System at the U.S. Coast Guard Academy in New London, CT. The Direct Digital Control System is the Siemens Building Technologies, Landis Division, System 600 Control System. The contractor shall conduct preventive maintenance to the following equipment, which was manufactured by Siemens Building Technologies: 3 Stand Alone Control Units (SCU), 12 Modular Building Controllers (MBC), 9 Remote Building Controllers (RBC), 27 Unitary Controllers (UC), 3 Digital Point Units (DPU), one Mutlible Point Unit (MPU), 397 Terminal Equipment Controllers (TEC), one Local Area Network (LAN), and one Floor Level Network Controller. The preventative maintenance services performed by Siemens trained and certified technicians shall include the annual maintenance recommended by the equipment manufacturer and shall include cleaning, testing, calibration and any lubrication. In addition, the contractor shall calibrate all critical control loops and report on all maintenance and calibration performed. For each critical loop, the contractor shall test and adjust all associated control equipment to ensure the Direct Digital Control System accurately controls the loops. The contractor shall be familiar with the Control System 600-software to insist with program changes. The contractor shall provide and load software updates and backups and protect critical computer files. Moreover, the contractor shall provide troubleshooting and repair services using a contractor provided remote computer connection. Additionally, the contractor shall also provide on-site service calls. MLCLANT intends to solicit and negotiate with only one source under the authority of FAR Subpart 13.501 (section 4202 of the Clinger-Cohn Act of 1996). Any interested firm capable of providing these services is requested to respond to this synopsis via e-mail to: sajones@mlca.uscg.mil or facsimile at (757) 628-4134/4135, no later than June 11, 2004 with the following documentation: company name, address, point of contact, phone number, email address, and a capability statement explaining your company?s capability of providing factory-trained technicians with the ability of performing these services. Interested parties must be registered in the Central Contractor Registry (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr2000.com or by calling 1-888-227-2423. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The applicable NAICS Code is 811212 (Computer equipment repair and maintenance services without retaining new computers) with a size standard of $21.0 million. For the calculation of annual receipts and number of employees, see parts 121.104 and 121.106 in SBA?s Small Business Size Regulations, http://www.sba.gov/regulations/121/. Any correspondence concerning this acquisition shall reference Request for Quotation (RFQ) Number HSCG84-04-Q-AA1088. The anticipated sole source solicitation, and any subsequent amendments, will be sent out on or about June 14, 2004 with a closing date for receipt of quotes by July 14, 2004.
 
Place of Performance
Address: United Stated Coast Guard Acadmey, 5 Mohegan Avenue New London CT, ,
Zip Code: 06320-4195
Country: USA
 
Record
SN00593383-W 20040529/040527211546 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.