SOLICITATION NOTICE
Z -- Emergency - Design and Install a Digital Radio Control Communication System for Drinking Water System, and Endangered Aquatic Life
- Notice Date
- 8/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Contracting and General Services U.S. Fish & Wildlife Service PO Box 1306, Room 5108 Albuquerque NM 87103
- ZIP Code
- 87103
- Solicitation Number
- 201814R039
- Archive Date
- 8/10/2005
- Point of Contact
- Max Garcia Admin. Contracting Officer 5052486628 ;
- E-Mail Address
-
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. SCOPE: Emergency work, due to endangered species, quick response required Proposal Due: September 1, 2004 -- Design/Build digital radio communication system to control four (4) well pumps approx. one mile from water storage tank; and relay data between well field, water storage tank and hatchery office. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation No. 201814R039 is being issued as a Request for Proposals (RFP). The NAICS Code is 423610 (Electrical Apparatus and Equipment); and secondary NAICS 221310 (Water Supply System). This acquisition is set aside for small business concerns, see numbered note # 1. The size standard is $6 million AGR over 3 years. The solicitation document and incorporated provisions and clauses are those in effect through the latest Federal Acquisition Circular. The price magnitude is $25,000 - $ 100,000 for all phases of work. The U. S. Fish and Wildlife Service at Mora National Fish Hatchery (NFH), Mora County, Mora, New Mexico has a requirement for the indicated items. A site investigation shall be coordinated with John Seals, Hatchery Manager (505-387-6022). Questions on specifications, Mark Orton (505-248-7945). Questions on contracting and administrative process Max Garcia (505-248-6628). The following FAR Clauses are also incorporated: These are available on the internet at http://www.arnet.gov/far ; and www.doi.gov/pam/pamare (1) 52.212-01, Instructions to Offerors Commercial Items; and (2) 52.212.02 Evaluation of Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer confirming to the solicitation will be the most advantageous and best value to the Government, price and other factors considered. Bidders shall submit technical data for all major component items proposed. (2) Offerors shall submit a completed copy of Clause 52.212-03, Offerors Representations and Certifications Commercial Items, with their offer; (4) FAR Clause 52.212-04, Contract Terms and Conditions - Commercial Items is incorporated by reference. Offerors who wish to visit the Mora NFH may contact the Refuge Manager at 580-584-6211. Offers are due Close of Business September 1, 2004 and should be mailed to U. S. Fish and Wildlife Service (CGS), Room 5108, 500 Gold Avenue SW, P.O. Box 1306, Albuquerque, New Mexico 87103, Attn: Max Garcia. Proposals may also be submitted electronically to Max_Garcia@fws.gov For bidding information contact Max Garcia at 505-248-6628. For a site visit See above for site visit and specification information on the specifications on the required items contact the NFH Manager at 580-584-6211. Specifications and proposal requirements follow: A. General: 01. Provide design/build services to provide the following in accordance with the criteria established with in the "Scope of Work" Section - paragraph B.03 below: Design and Install a reliable, digital, radio communication system to: a. Control four well pumps approximately one mile from a water storage tank. b. Relay various digital data between the hatchery's well field, the hatchery's water storage tank and the hatchery 02. Basis for award of a contract will be on the demonstrated ability to perform the work specified herein by showing past experience, qualifications of personnel working on the project, a conceptual design proposal and a detail cost proposal. Once a contract has been awarded, an additional detailed technical proposal shall be required for review and approval before a notice to proceed will be issued. See "Deliverables" and "Evaluation" sections for additional and specific requirements for each proposal. 03. Background: The existing Hatchery fishery water consists of the following: a. One 25,000 gallon water storage tank approximately 500 feet from the hatchery building. Water is gravity fed to the hatchery building. The tank has several floats for detecting the tanks water level which are used to control water flow to the storage tank. The tank has 120 Volt electrical power available at the tank, however, the power is not connected to the emergency generator. b. Four wells approximately 1mile from the hatchery water storage tank. Each well has it's own well house, 15HP submersible pump, electrical power, motor controller and appropriate electric relay type controls for starting/stopping and protecting its own pump and other well house features (door monitor, freeze protection, lights, and etc). Each well house now has lightning protection and a Transient Voltage Surge Suppressor bonded to the building's electrical panel. c. The well field (consisting of all 4 wells) has one electrical service and one emergency electrical generator to protect the wells from brown outs and sags. Each well house has it's own electrical distribution panel sub-fed from the well field electrical service. W ell house #1 has electric controls to select the lead well and establish priority of operation of the remaining 3 wells. In addition, well house #1 contains the generator's automatic transfer switch and appropriate controls to automatically feed the lead well. d. Originally, the storage tank floats sent start/stop signals to the well field (well house #1) by a telephone transmitter and receiver connected together by twisted pairs of #22Awg underground phone. The phone transmitter and receiver were hit by lightning before the lightning and surge suppressors were installed. As a result both transmitter and receivers have been removed and the controls are temporarily direct wired between the storage tank and well house #1 which operates only the selected lead well. B. Scope of Work 01. Design Services a. Professional Electrical Engineering Services: Provide site evaluation, design analysis, electrical engineering calculations, size equipment, select appropriate materials, layout equipment, and coordinate other associated equipment to provide a fully operational radio data communication system and protection system. Technical proposal and completed job certification shall bear stamp of a New Mexico registered professional engineer. b. Design Proposal Review: Services shall include but not limited to engineering analysis, reports, cost estimates, preparation of drawings and specifications for a technical proposal review. Provide drawings, specification, catalogue cut sheets, control sequence of events description, alarm /notification sequence of events, etc., of proposed equipment and materials as required to clearly show design of proposed installation. Refer to "Technical Requirements for Project at Mora NFH" below for the projects specific technical requirements. Refer to Deliverables- Technical Proposals below, for Proposal submission requirements. c. Code Compliance: Both design and construction shall comply with the latest edition of the National Electric Code, the latest National Fire Protection Code and Standards (NFPC), Federal Communication Commission (FCC) requirements, and appropriate state and local codes and standards. d. Installation Inspection: See Installation Inspection Services below. e. Cost Proposal: Provide detailed cost proposal for both project under separate cover. Include design and installation in the proposals. Refer to Deliverables- Cost Proposals below for additional requirements. 02. Installation Services a. Provide licensed electricians, software programmer, and mechanics; equipment, tools, materials and associated appurtenances, as required to install a fully operational radio data communication system for as per the approved technical proposal. In addition, make appropriate changes to existing equipment and data monitoring/alarm system to accommodate the new well field and storage tank monitoring/alarm requirements. 03. Installation Inspection Services: Oversee and coordinate construction activities to ensure compliance with approved proposal drawings and applicable codes. Provide letter of certification at the end of the construction, stating the installed system complies with all applicable codes and the project proposal. a. Required Tests for Acceptance: Contractor shall arrange and pay for the following tests and retests as if required. 1. Electrical Ground tests 2. Data communication transmission/receiving reliability test for all new data points. 3. Monitoring of new data points for well field and water storage tank. 4. Emergency electrical power test to maintain operational fishery water during power outage at the well field, power outage at the water storage tank, and power outage at both sites. b. Provide the following inspection and quality assurance services: Provide daily construction reports to hatchery manager. The reports shall include the following: 1. Date work was completed 2. List of personnel working on site 3. Description of work accomplished. 4. Description of planned work to be complete during the next on-site work period. 5. Future dates of planned tests. 6. List of tests completed and the test result. 7. Digital Photos 8. Project problems and/or concerns which may result in changes in the contract. c. As-built drawings: Provide accurate as-built drawing showing: 1. Locations of new installed equipment, 2. Wiring diagrams for new equipment showing interfacing with existing equipment 04. Technical Requirements for Project at Mora NFH: The well field controls proposal shall address but not limited to: a. Visit site to determine existing conditions and evaluate existing equipment and conditions for installing a new, reliable, digital radio transmitters/receivers to transmit data to and from the well field, water storage tank, and the hatchery's data acquisition, monitoring, and alarm (SCADA) system. b. Provide and install new appropriate equipment to interface between existing tank water-level sensors and the new data communication equipment. c. Provide and install new appropriate equipment to provide water storage tank with emergency electrical power during local utility power outages so water level data can be communicated both to the well field and the hatchery building. d. Provide and install new appropriate equipment to protect water storage tank communication equipment from lightning , electrical surges, spike, sags, brown outs and etc. e. Provide and install new appropriate equipment to well house #1 to interface between existing well selecting equipment and the new data communication equipment so the appropriate well pump can be started/stopped in accordance with the water level in the water storage tank. f. Provide and install new appropriate equipment to well house #1 to provide electrical power to the new data acquisition system and communication system with the well field, the water storage tank, and the hatchery SCADA system during local utility power outage. g. Evaluate the existing equipment and grounding systems in well house #1 which will provide protection for the new data acquisition system and communication system against lightning, electrical sags, brown outs, and etc. h. The new data acquisition communication system shall designed to operate in a temperature range of -20?F and 100?F with relative humidities between 10% to 80%. The elevation of the site is approximately 7,250 Ft MSL. i. Design shall include proper sizing, derating and all appropriate appurtenances necessary to ensure proper operation at all times of the year. j. Radio communication shall comply with the following: Aluminum conductors shall NOT be used; use only copper conductors. k. Bonded and ground both electrical and mechanical equipment in accordance with NEC. NO conduit shall be used for equipment grounding; equipment grounding shall be accomplished using appropriately sized copper conductors. l. New Digital I/O Points to be communicated between the well field, water storage tank, and the hatchery SCADA system: 1. Well Pump #1 Command: start/stop 2. Well Pump #2 Command: start/stop 3. Well Pump #3 Command: start/stop 4. Well Pump #4 Command: start/stop 5. Well Pump #1 Status- Running, Off, F ail 6. Well Pump #2 Status- Running, Off, F ail 7. Well Pump #3 Status- Running, Off, F ail 8. Well Pump #4 Status- Running, Off, F ail 9. Selected Lead Well- Well#1, Well#2, Well#3, or Well#4 10. Well House #1 Door Open Contact- Open, Close 11. Well House #2 Door Open Contact- Open, Close 12. Well House #3 Door Open Contact- Open, Close 13. Well House #4 Door Open Contact- Open, Close 14. Well House #1 Flood indicator- Normal, Emergency 15. Well House #2 Flood indicator- Normal, Emergency 16. Well House #3 Flood indicator- Normal, Emergency 17. Well House #4 Flood indicator- Normal, Emergency 18. Generator - Running, Standby 19. Generator Block Heater - On, Off 20. Water Tank water overflow - Norm al. Overflow 21. Water Tank Normal Electrical Power - Normal, Emergency Power m. New Analog I/O points to be communicated between the well field, water storage tank, and the hatchery SCADA system:: 1. Well #1 Flow-rate: GPM 2. Well #2 Flow-rate: GPM 3. Well #3 Flow-rate: GPM 4. Well #4 Flow-rate: GPM 5. Water Tank water level - % Full n. New SCADA Monitoring Points: 1. Selected Lead Well - Show selected lead well, and other backup well priorities. 2. Well Pump #1 Command: start/stop 3. Well Pump #2 Command: start/stop 4. Well Pump #3 Command: start/stop 5. Well Pump #4 Command: start/stop 6. Well Pump #1 Status- Running, Off, F ail 7. Well Pump #2 Status- Running, Off, F ail 8. Well Pump #3 Status- Running, Off, F ail 9. Well Pump #4 Status- Running, Off, F ail 10. Well #1 Flow-rate: GPM 11. Well #2 Flow-rate: GPM 12. Well #3 Flow-rate: GPM 13. Well #4 Flow-rate: GPM 14. Water Tank water level - % Full 15. Water Tank Normal Electrical Power - Normal, Emergency Power 16. Generator - Running, Standby 17. Generator Block Heater - On, Off o. New SCADA Alarms: Provide audible and visual alarm on SCADA main screen and activate SCADA alarm notification for the following alarms. SCADA software shall record time of alarm was initiated and the time the alarm cleared. 1. Well #1 Pump Failure 2. Well #2 Pump Failure 3. Well #3 Pump Failure 4. Well #4 Pump Failure 5. Generator Failure 6. Well House #1 Door Open 7. Well House #2 Door Open 8. Well House #3 Door Open 9. Well House #4 Door Open 10. Well House #1 Flood 11. Well House #2 Flood 12. Well House #3 Flood 13. Well House #4 Flood 14. Water Storage Tank Overflow 15. Water Tank Normal Electrical Power - Both Power Failure p. Radio communication shall comply with the following: 1. Frequency: 406-420Mhz 2. Frequency spacing: 12.5 khz 3. Frequency tolerance: 2PPM stability 4. Maximum power output: 10 watts C. Reference Drawings: The drawings in the appendix are for reference only and will be provided upon visiting the work site; they are not as-built drawing nor are they a complete set of drawings. It shall be the offerors responsibility to visit the site, evaluate accuracy of the referenced drawings, obtain all additional information, distances, dimensions, loads, and etc, required to accomplish the work specified in the "Scope of Work" above. D. Performance Time Performance time begins the day after the receipt of the Notice of Award. The performance time will be 120 calendar days and shall include the detailed design submittal and approval, material and equipment acquisition, installation, testing, adjusting, reporting and final clean up. E. Deliverables 01. Experience and Capability Demonstration Proposal (Before contract award) - Submit three sets of the following, packaged with the Conceptual Design proposal in paragraph 02 below: a. Description of past work of similar scope. Include location, brief description and cost of recent on going or completed projects. Limit description to work completed with in the past 5 years. b. Key Personnel: List names, titles, and qualifications of the New Mexico Registered Professional Engineer and other key personnel associated with this project. c. Schedule: Provide schedule for proposed project. Include duration of all work phase including technical proposal submittal, equipment delivery, construction/installation milestones, start-up, testing, adjusting, cleanup and 6 close-out. Indicate on schedule specific tests to be conducted. 02. Conceptual Design Proposal (Before contract award) - Submit three sets of the following, packaged separately from the cost proposal. Proposals shall be limited to 15 pages. The Proposal shall be a complete, clear and concise document which describes the proposed system to be provided, its advantages and limitations, and how it shall work. The Design proposal shall sell the concepts and the system to the government. See "Evaluation" Section for other requirements: a. Drawings: Provide the following as required to supplement the narrative description to clearly show proposed system: show site work, equipment locations and layout, drawing schematic diagrams, etc. b. Proposed System description: Provide narrative describing the proposed system. Include a description of how the each new piece of equipment operates and how they will be integrated into the existing system to comply with the technical requirements above. Include a sequence of event how water storage tank sensors will communicate with well field and hatchery SCADA system. Explain how new well field control equipment will function with the new and existing equipment at the well field to provide the required operations described above in the technical requirements. c. Job Specifications: Provide new equipment specification and descriptions for the proposed systems. d. Design analysis: Describe criteria and assumption used to prepare the conceptual design proposal. Provide explanation of further engineering analysis that must be conducted before submitting the detailed Technical Proposal. Address and specific applicable codes requirements related to this project. e. Provide list of tests to be performed for ensuring construction quality control. Describe tests, adjustments and checks to be conducted after installation is complete to ensure and demonstrate proper installation and operational reliability. 03. Cost Proposal (Before contract award) shall be separately packaged from the Conceptual Design proposal. Break out cost proposal to show separate costs for the following. Limit the Cost Proposal to 5 pages. See "Evaluation" Section for other requirements: a. The radio data acquisition and communication system and b. Existing SCADA modification and software programming to accommodate the new system requirements. 04. Detailed Technical Design Proposal (After contract award) - Expand on the conceptual design proposal submitted in paragraph 01 above to provide the following before a construction notice to proceed is issued. Submit three sets for review, comment and approval: a. Drawings: In addition to conceptual drawings provided in the conceptual design proposal above include the following addition information: specific installation details all new equipment, detailed equipment control schematic, detailed control diagrams for interfacing existing equipment with new equipment showing short circuit protection sizes and location, and new electrical conductor sizes, routes and methods. b. Provide detailed narrative of control sequence of event, alarm sequence of events and description of SCADA system modification for monitoring the new system requirements. c. Equipment technical specifications or catalogue cut sheets high lighting available options and selected options to be provided. d. Provide description of each applicable test and certifications process to be completed during the progression of construction to ensure construction quality control. Description shall outline test criteria, procedures, and range of acceptable values. e. Safety plan for executing the work: Refer to government general provisions for safety plan contents. Plan shall include item s such as Material Safety Data Sheets for applicable materials used on the job site, OSHA electrical requirements, safety appurtenances for equipment, first aid kits, fire extinguishers, medical notifications and etc.05. Work and Installation: Provide all materials, equipment, tools and labor to execute the work at the Mora National Fish Hatchery & Technology Center as per the approved Conceptual Design and the Detailed Technical Design Proposal at the fixed price listed in the Cost Proposal. This shall include all start-up, testing, adjusting reporting and training required to ensure a safe and fully functional system. 06. Construction Inspection reports. Shall be bound in a 3 ring binders and shall be divided and tabbed as applicable. The inspection reports shall be kept on work site and shall be retained by the government at the conclusion of the job. a. Submit qualification of selected testing company b. Tests to be preformed and the procedures for each test. c. Digital photos, d. Test reports. 07. Operators Manual: a. Three Ring note book b. Trouble Shooting Procedures c. Spare Parts list. 08. Final Project Submittals and Close-out Documents: a. As-Built drawings. b. Letter of Certification of Compliance c. Operators Maintenance Manual d. Training: Provide a Minimum of 8 hours on-site training of government personnel on the operation and maintenance of the new equipment and system installed. e. Written Test results f. Radio Communication Warrantee: Manufacture's standard warrantee not less than Five Year. g. All other work Warrantee: Manufacture's standard warrantee but not less than One Year. h. Release of Claims. i. Final Payment Request F. Payments: Payment will be made in accordance with the provisions of the Contract, and upon completion and acceptance of the following: 1. Acceptance of the Technical Design Proposal (After issuance of the Notice to Proceed) 2. Monthly: agreed upon work progress and for delivered on site materials and equipment. 3. Substantially complete (95% - Before final inspection) 4. Final payment (100% - Punch list complete, O&M Manual accepted, Training completed, warrantees provided, Final tests and Certifications received, work Inspection file submitted and release of claims .) G. Evaluation for Award: Basis of award shall be evaluated on the following factors. The weight for each factor is shown by the corresponding percentages. Each factor shall be evaluated in accordance with to the listed criteria following each factors weighted percentage. Evaluations will be limited to the first 50 pages. Initial proposals shall be organized and bound such that its organization will remain in tack through 10 reviews. Loose leaf proposal will not be evaluated: 01. Cost Proposal - (45%): Fair price for the Conceptual Design and with in available funds for each project. Points = (35 x (Lowest Offered Price)/(Offer Price)). 02. Conceptual Design - (30%): Clarity, thoroughness, accuracy, completeness of project conceptual design proposal to complete this project. Shall include a discussion of applicable codes and the systems, means and methods for compliance. 03. Past Experience with Design/Build projects of similar scope and capability to complete the project - (25%): Demonstrate ability to complete the project in a reasonable time frame through previous accomplishments and capabilities of key personnel for projects of similar scope complete within the past five years. END
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144852&objId=177912)
- Place of Performance
- Address: Mora National Fish Hatchery, Mora County, Mora, New Mexico
- Zip Code: 87732
- Country: USA
- Zip Code: 87732
- Record
- SN00640761-W 20040812/040810212630 (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 |