SOLICITATION NOTICE
58 -- Upgrade Metasys and DSC-8500 Conversion; Provide Training
- Notice Date
- 9/26/2006
- Notice Type
- Solicitation Notice
- NAICS
- 334512
— Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 96th Contracting Squadron (Eglin AFB), 96th Contracting Squadron 205 West D Ave., Suite 541, Eglin AFB, FL, 32542-6862
- ZIP Code
- 32542-6862
- Solicitation Number
- Reference-Number-F1T3BW6268A100
- Response Due
- 9/29/2006
- Archive Date
- 10/14/2006
- Description
- The 96 Contracting Squadron, 96 CONS/MSCBS at Eglin AFB, Florida intends to solicit and award a Firm-Fixed Price contract for upgrading the existing DSC-8500 controllers and the Metasys Network to the new web-based client server technology at Site C-6, Freeport, FL. The announcement number is F1T3BW6268A100. The North American Industry Classification System (NAICS) code for this acquisition is 334512, with small business standard size of 500 employees. Please identify your business size in your response based upon this standard. This requirement is for the following: -Removal of 11 existing DSC-8500 controllers and relocation of DSC-8500 hardware points to existing and new DX controllers and connecting the new DX controllers to the existing N2 communications trunk. -Add and/or move all of these points within the existing S2 migration NCU (Network Control Units) and Operator Workstations to their new locations? new DX-9100 controllers . -Replacement of two existing NCM?s with two new NAE5510?s and extension of N2 trunks to new DX controllers. Provide new N2 trunk wiring (3c/#18/tw/strd/shd) to new DX controllers. At completion of project, the system shall have three N2 bus trunks (N2 bus #1 to serve integration points and annunciator points presently served by NC-1, N2 bus #2 to serve existing Metasys controllers presently served by NC-2, N2 bus#3 (new) to serve the three DX controllers and the four existing DX controllers on Floor-1. - Provide and install cabling and raceway as required to comply with current codes and match that installed on earlier control system installations. - Provide new Cat-5 Ethernet network cable from new hub to be located in existing panel MCP to each of the two new NAE?s to be located in the same panel, to the new primary PC/Monitors, to the secondary new PC/Monitors and to the new Metasys Extended architecture server (total of five [5] new Cat5 cables). - Conversion of the existing databases to the new format and convert the graphics to match. - Adding a new 5 seat ADS server to the network as the main database archive and Engineering station and converting one of the two PC?s to an additional I/O on the network. The primary workstation (one of the two PC?s) shall also serve as the ADS server. - Pricing shall include the cost of the security guards necessary during the installation work. - Generating of and point binding of dynamic color graphics for all HVAC systems using the new onboard software tools. - Metasys Network Application Engine Upgrade for operations and allow the goverment to continue keeping the building systems up to date and to take advantage of the many new features and capabilities associated with the new Network Applications Engines. -Furnishing and installing the conduit and wiring required to extend the existing Metasys N1 LAN for one operator workstation (OWS) from it?s existing location in the control room to the remote office upstairs. This work including taking the OWS off-line, moving the equipment, reconnecting all wiring and cabling, re-initializing, and performing a system check to insure proper operation after being relocated. -Furnishing a laptop computer and PC/Monitors for MAF and CE for use in troubleshooting the Metasys application specific controllers and includes the laptop computer with40 GB hard drive and 2 GB RAM with internal modem and Ethernet card. This also includes the Metasys SCT software and the cable kit required to directly connect to each of the existing application specific controllers located next to each piece of controlled HVAC equipment. Provide technical training classes as necessary on-site for up to 4 advance users of the Metasys system including database creation, programming and troubleshooting skills. Provide training classes as required for up to 15 users each to cover the basics of monitoring and understanding how to interpret information from the Metasys system. These two classes can be scheduled at any time requested by Eglin (day or night availability). The contractor shall closely co-ordinate with site CE personnel and provide a detailed design of the installation of the new Metasys system. Design will be submitted to site personnel for approval before proceeding with any installation. The contractor shall provide an installation as detailed in the approved drawings coordinated in such a fashion as to minimize down time and coordinate with site personnel for shut downs required. All work will comply with the minimum standards set forth by the 2005 National Electrical Code and provided in a professional workmanship like manner. Contractor shall provide by 20 SPCS for all security escorts as required for installation work. Site will provide escorts as required for engineering survey, control system interconnection, startup and training due to necessity of site CE personnel for these events. Scheduling will be at the convenience of site CE personnel. The contractor personnel assigned to perform the identified tasks shall provide site visit requests that include personnel names, SSN, date of birth, and place of birth. The contractor personnel performing work shall coordinate with the assigned site personnel. For questions, contact Ms. Mary Gardner by email only, mary.gardner@eglin.af.mil . The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-12 effective 04 August 2006 and Class Deviation 2005-00001. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the BPN website http://www.bpn.gov); FAR 52.212-4 Contract Terms and Conditions ? Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following: o 52.233-3, Protest After Award; o 52.233-3, Applicable Law for Breach of Contract Claim; o 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; o 52.219-4, Notice of Price Evaluation Preference for HUBZone Small business Concerns; o 52.222-3, Convict Labor; o 52.222-19 Child Labor - Cooperation With Authorities and Remedies; o 52.222-21, Prohibition of Segregated Facilities; o 52.222-26, Equal Opportunity; o 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans fo the Vietnam Era, and Other Eligible Veterans; o 52.222-36, Affirmative Action for Workers With Disabilities; o 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; o 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; o 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act; o 52.225-13, Restrictions on Certain Foreign Purchases; o 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.233-2, Service of Protest; 52.247-34, F.O.B Destination; 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause); DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: FAR 52.203-3, Gratuities; DFARS 252.225-7001- Buy American Act and Balance of Payments Program; DFARS 252.232-7003, Electronic submission of payment requests; DFARS 252.247-7023, Transportation of Supplies by Sea; Local J-2, Wide Area Work Flow. Local J-2 reads as follows: WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE SF 1449 THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: See Block #2 of the award *Delivery Order: See Block #4 of the award if applicable *Issue Date: See Block #3 of the award *Issue DODAAC: See Block #9 of the award *Admin DODAAC: See Block #16 of the award Inspected By DODAAC/Ext: *Ship To Code/Ext: See Contract Line Item Ship From Code: *Pay DODAAC: See Block #18a of the award ADDITIONAL EMAIL NOTIFICATIONS: 1. (organization POC) 2. (contracting POC) 3. (others, as appropriate) Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. (end of clause) To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil. The quote format is at the discretion of the offeror. If your company is capable of providing this item, pricing and product literature must be received NLT 9:00 am, Central Time on 29 September 2006. Send all packages to 96 CONS/MSCBS, Attn: Ms. Mary Gardner or Mr. Fred Marsh, 205 West D. Ave, Suite 541, Eglin AFB Florida, 32542-6862; or by facsimile to (850) 882-1680 or email at mary.gardner@eglin.af.mil or frederick.marsh@eglin.af.mil .
- Place of Performance
- Address: Site C-6, Freeport FL
- Zip Code: 32542
- Country: UNITED STATES
- Zip Code: 32542
- Record
- SN01154768-W 20060928/060926220512 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |