Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2005 FBO #1165
SOLICITATION NOTICE

J -- Rugid SCADA System Maintenance at Various Locations, Oahu, Hawaii

Notice Date
2/1/2005
 
Notice Type
Solicitation Notice
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Pacific, ROICC Pearl Harbor, AQ, 258 Makalapa Drive Suite 100, Pearl Harbor, HI, 96860-3134
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-04-R-2252
 
Response Due
3/28/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Rugid SCADA System Maintenance at Various Locations, Oahu, Hawaii. The work includes, but is not limited to, providing all equipment, labor, management, materials, supervision, tools, and transportation necessary to perform on-site maintenance and technical assist and services on SCADA central and remote monitoring equipment and software. On-site maintenance includes calibration, cleaning, inspection, testing, and software updates and modifications. Technical assist and services includes assistance to Government personnel during maintenance and operational testing of the RUGID SCADA system. The RUGID SCADA system monitors and controls the potable water system. The Contractor and its employees performing the work shall have verifiable previous experience maintaining RUGID SCADA system hardware and software. In addition, the Contractor shall be a RUGID factory certified field representative. At time of offer, the Contractor shall provide evidence of such certification. Upon Contracting Officer?s request, the Contractor shall provide additional information such as: qualifying training courses taken, etc., to prove authenticity and legitimacy of the certificate. Final acceptance of any certification will be that of the Government. Certification of Completion ? for Site Safety and Health Officer (SSHO) ? 10-Hour OSHA Construction Industry or Accepted Equivalent. The SSHO shall have and provide evidence of successful completion of the training course, completed within three years prior to the contract award date. Certification of Completion ? for Site Safety and Health Officer (SSHO) ? EM-385-1-1 Training. The SSHO shall successfully complete the training course entitled ?8-Hour Safety Orientation Course for Contractors? (formerly offered by PACNAVFACENGCOM OPS/SF and entitled, Understanding EM 385-1-1 for Contractors?). Course information may be found at the ?new? sponsor?s, ?Building Industry Association?, website (www.gcahawaii.org for course listing). If the SSHO does not have a current course certification, the SSHO will have 90 calendar days after contract start date to successfully complete the training course. Upon completion, submit a valid copy of the course completion certification to the Contracting Officer. The NAICS Code for this procurement is 811212 and the annual size standard is $21 million. The contract term will be a base period of 12 months 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 2000 for $21,875 (firm fixed-price) and $60,000 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. Offerors can view and/or download the solicitation at http://esol.navfac.navy.mil/ when it becomes available. All interested offerors shall register at the website. No notice of solicitation activity will be provided to interested offerors. The proposed contract listed here is 100 percent small business set-aside. The Government will only accept offers from small business concerns. The solicitation utilizes source selection procedures, which require offerors to submit past performance and experience information, qualifications and price proposal for evaluation by the Government. Proposal receipt date is approximate.
 
Place of Performance
Address: Oahu, Hawaii
Zip Code: 96860
 
Record
SN00743685-W 20050203/050201212247 (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.