SOURCES SOUGHT
70 -- DATA TRAX SYSTEM
- Notice Date
- 4/20/2007
- Notice Type
- Sources Sought
- Contracting Office
- 1701 North Fort Myer Dr, Rosslyn, VA 22219
- ZIP Code
- 22219
- Solicitation Number
- 1045-747904
- Response Due
- 4/24/2007
- Archive Date
- 10/21/2007
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice, which constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 1045-747904 and is issued as a request for quotation (RFQ). If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this sources sought notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 39385. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-04-24 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Williamsburg, KY 40769 The Department of State requires the following items, Exact Match Only, to the following: LI 001, Class N Software, Version 4.0 1536 channel support P/N: 91051, 1, EA; LI 002, FORESEER Client Coftware, Single Site License Copy P/N: 91200, 1, EA; LI 003, Katolight KDGC 2001 GenSet Controller P/N: 65318, 1, EA; LI 004, Russelectric Model 2000 ATS P/N: 65457, 1, EA; LI 005, Powerware 9315 P/N: 65146, 1, EA; LI 006, Dell PowerEdge 2950 Rack Mount Standard SPECIFICATIONS: Xeon Processor 2.33GHz Dual Core 2GB RAM 146GB SAS Hard Drives - Qty. 2 (mirrored) CD- RW/DVD Dual NIC onboad 17" Flat Panel Monitor Floppy Drive Keyboard and Mouse Windows Server 2003 Std. R 2 with - Qty. (5) CAL's 3 YR Next Business Day, 1, EA; LI 007, Internal Modem, 56K PCI, P/N: 21020, 2, EA; LI 008, Device Server/Moxa - 8 Port P/N: 41164, 1, EA; LI 009, 5 Port Network Switch P/N: 21016, 1, EA; LI 010, RS485/422/232 SV Converter P/N: 41158, 2, EA; LI 011, Sensatronic Temp Monitor Sensor 4-Port (Ethernet) P/N: 41204, 2, EA; LI 012, Sensatronic 300 ft Temp Probe P/N: 41211, 1, EA; LI 013, Veris Power Link - 1600 Amp Large P/N: 41196, 1, EA; LI 014, Customer Account Engineer P/N: CAE ** -Kickoff meeting: -Forseer System review (config / features) -Equipment and Piont list review -Review scope of work: -Installation Contractor -DataTrax Systems -Customer's (Network, facilities, and ops) -timeline review -Job site walk through *Installation Management: -Revise timelines / manage milestoners -Schedule system delivery -Manage subcontractor's installation process -Edit and manage reviesiona of all documentation during install -ID all change orders -Coordinate installatio process with Customer and internal *DataTrax Resources: -prepares final design of system prior to installation -Customer meetnig via phone to: -verify integration to equipment -develop software paradigm with customer -define naming convention, alarms,and messages management -inspect final software -schedule customer training -process all change orders -travel, 1, EA; LI 015, Draftsman P/N: DA Description of Services: Installation Drawings 50%, 95%, 100% Documentation - Three Sets - As Built, Record Drawings, 1, EA; LI 016, Software Configuration Technician P/N: SCTA Description of Services: Foreseer Client Configuration Services Foreseer Client Configuration Global, Regional, or Site View Floorplan View Standard VI Equipment View, 1, EA; LI 017, Software Configuration Technician P/N: SCTL Description of Services: Foreseer Client Configuration Services -Link Server data channels to Client software, 1, EA; LI 018, Customer Service Engineer CSE Site Visit P/N: CSE-P1 Description of Services: Approve physical installation Verify system start-up readiness Verify communication/network readiness Install/Boot-up server Verify channels and proper readings Perform any server software edits or channel updates Perform system back-up Install client software Foreseer navigational training (four hours) Basic Commissioning Test with customer assistance Standard commission, driver communication test, digital input test Travel, 1, EA; LI 019, Monitoring System Training P/N: TA Foreseer Training 2 days, documentation, travel, 1, EA; LI 020, First Year Customer Care Service P/N: Cust-Care, 1, EA; LI 021, SUN Power Systems Project Management P/N: Proj-Mgmt, 1, EA; For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov FOB DESTINATION CONUS ALL BOXES AND CONTAINERS MUST BE CLEARLY MARKED WITH THE REQUISITION REFERENCE NUMBER FOUND IN BLOCK 4, OF 347 ORDER FOR SUPPLIERS AND SERVICSE. SHIPPING DOCUMENTS WILL CELARLY LIST EACH ITEM AND THE QUANTITY SHIPPED AS CONTAINED WITHIN BOXES OR CONTAINERS. IF SINGLE LINE ITEMS HAVE BEEN ASSEMBLED INTO MAJOR COMPONENT, SHIPPING DOCUMENTS MUST ACCOUNT FOR THE INDIVIDUAL ITEMS SHIPPED WITHIN THE MAJOR COMPONENT Agencies may require registration with the Central Contractor Registry (CCR) prior to receipt of order. Information can be found at www.ccr.gov New equipment ONLY, NO remanufactured products, and NO "gray market" BIDS MUST BE VALID FOR 30 DAYS. NO EXCEPTIONS OR QUALIFICATIONS. NEW ONLY. NO REFURBISHED. NO RECONDITIONED ITEMS ARE ACCEPTABLE. . This Justification and Approval (J&A) on a brand name only basis is for the use of DataTrax System. The use of a brand name description is essential to the Government?s requirements, for Department of State infrastructure connectivity requirements, thereby precluding consideration of the products of another company. The Kentucky Consular Center?s (KCC) Alternative Processing Center (APC) is responsible for maintaining a viable operational environment for a growing number of Consular Affairs (CA) mission-critical systems. Although the Center has been able to maintain a high level of facility readiness for these mission-critical systems through thoughtful planning, a growing number of unscheduled events are being addressed through a reactive process and not a proactive process. This scenario is of great concern to CA management because the number facility management support personnel are largely fixed and system monitoring tasks, that are performed manually, are prone to human error. The 41 USC 253(c)(1), and FAR 6.302-1 are cited at the statutory authority. As this is a brand name only justification, no one contractor?s unique qualifications are cited as the basis for this justification. Rather, the products identified by brand name herein have been determined to be the only items that meet the Department?s requirements as a key component of the Department?s networking system. KCC facility management personnel researched available solutions and determined that an automated monitoring system, that would proactively notify facilities management personnel before a problem occurred, was required to maintain the required level of facility reliability at KCC. After reviewing market offerings, KCC facilities management personnel determined that the DataTrax system currently deployed and being used by the State Department?s IRM Division in Washington, DC was the best overall monitoring system for the KCC APC. That system is attractively priced (see attached), has the required functionality, and can be integrated with the existing IRM system as part of an enterprise monitoring solution. This DataTrax system maximizes the availability of essential mission-critical IT, communications and process systems by: ? Simplifying and managing electrical, environmental, and life/safety equipment from one system ? Providing a total package with complete software, hardware and installation services for APC systems ? Enabling capacity planning, instantaneous failure prediction and trend analysis ? Providing a solution that scales to the needs of the KCC APC ? Managing all the interfaces required at the KCC and providing an intuitive graphical interface that accurately depicts potential failures. With the criticality of the Appalachian Processing Center?s support to CA/VO, DHS, Fraud Prevention, Facial Recognition, and now Passport services, we cannot afford to have equipment failure. The intent is to increase the abilities of FMS services so that we may remain pro-active in our response and not reactive. With the DataTrax system in place at Main State, equipment failures have gone to zero in a 7 year time line.
- Web Link
-
www.fedbid.com (b-39385, n-5654)
(http://www.fedbid.com)
- Place of Performance
- Address: Williamsburg, KY 40769
- Zip Code: 40769
- Country: US
- Zip Code: 40769
- Record
- SN01277811-W 20070422/070420220549 (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 |