MODIFICATION
46 -- Amendment 0002 - Canyon Waste Water Treatment Plant Controls Upgrade, Yellowstone National Park
- Notice Date
- 7/21/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- IMR - YELL - Yellowstone National Park Contracting OfficePO Box 168 Yellowstone National Park WY 82190
- ZIP Code
- 82190
- Solicitation Number
- Q1576101002
- Response Due
- 7/15/2010
- Archive Date
- 7/21/2011
- Point of Contact
- Stacy L. Vallie Contract Specialist 3073442076 stacy_vallie@nps.gov;
- E-Mail Address
-
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
- Combined Synopsis/Solicitation No. Q1576101002Amendment 0002July 21, 2010 Quotes are due on July 23, 2010, by 4:30 p.m., Mountain Time Project Title: Canyon Waste Water Treatment Plant Controls Upgrade, Yellowstone National Park Description of Changes: Section 1 of this amendment provides responses to comments received on the Statement of Work (SOW) in the existing combined synopsis/solicitation as follows: Section 1: 1) Comment: Please confirm that the National Park Service (NPS) will provide lodging for the service people that will be making the panel changes in November. What would be the maximum number of people (or rooms) and the maximum number of days that the NPS would provide. Response: The NPS shall provide two kitchenette apartments for the duration of the initial installation process from November 1 through November 25, 2010. Contractor is responsible for providing food and other essentials. Contractor will be responsible for accommodations during final start up in June. 2) Comment: Please verify that a touch screen is required. If it is required, please specify a model number and specify where it needs to be located. If it is in the filter area by the existing control panel, can it be located in the existing control panel? Response: The touch screen and cabinet will be provided by contractor. The touch screen shall be mounted on wall located in plant office in the contractor supplied cabinet. The touch screen shall be color, a minimum of 16 inches and brand name or equal to an Automation Direct Model EA7-T12CT08517B075. 3) Comment: Please confirm that the contractors are or are not installing and configuring and initializing the new ABB controllers. Response: The contractor will install, configure and initialize the new ABB controllers. These ABB controllers have already been purchased by the NPS. 4) Comment: Please confirm that the delivery must be by November 1st, the PLC installed and checked out by Thanksgiving, the new PLC program operational by the time the Park is opened in the Spring and that the final start up of the aerators will be after June 1st, 2011, and that all of those visits must be included in the price. Or something to that effect whatever it might be. Response: The original solicitation stated a delivery date of October 1, 2010, and should be corrected to reflect a delivery date of November 25, 2010. Installation shall begin on November 1 and the PLC shall be completely installed and operational no later than November 25, 2010. The final startup with aerators will be in the spring after June 1, 2011. All visits shall be included in the quoted price. All Inputs and Outputs shown on as built will be provided for on new PLC. The NPS will shut the plant down so the work can be accomplished in a timely manner with a minimum of interruptions. The NPS will have plant operational at the contractors request so system performance can be evaluated. 5) Comment: Who is to supply the bank of batteries (used for backup)? We now understand that the UPS is already purchased. It needs to be installed as part of this scope of work. Who is to supply the touch screen interface? We now understand that you wish to have a PLC with connections for a Touch Screen that may be added in the future. Response: The NPS shall supply an Uninterrupted Power Supply (UPS) which shall be installed by contractor. The touch screen and cabinet shall be provided by contractor. The touch screen shall be mounted on the wall located in plant office in the contractor supplied cabinet. 6) Comment: If the vendor is to provide the cabinet for the NPS supplied PC, then does this cabinet need room to mount the HOA switches? Also, we will need the dimensions/type of the PC being provided. Response: The cabinet will house the contractor supplied touch screen. HOA switches can be mounted on existing cabinet in filter area. This is the same cabinet in which the PLC will be housed. 7) Comment: Is the vendor responsible for specifying and supplying the Canary Systems Data Logger system or is NPS providing that? Response: The Park Service will be providing the Canary Systems data logging software. The contractor will install software on plants existing desktop and provide connect ability to PLC for archiving and logging of plants operational parameters. Examples of parameters are daily plant flow influent and effluent, backwash cycles, and turbidity. The NPS will provide IP address for network connection. 8) Comment: After further consideration of the RFQ, the picture has become a bit clearer yet regarding the "PLC" controller. Item 2 of the RFQ says "Phoenix Contact's WINPLC with Think and Do runtime software will be used as the controls programming application. The keyword here is "runtime". The Automation Direct website has a module (H2-WPLC3-EN) that is described as "WINPLC WITH THINK & DO RUNTIME 8MB RAM 8MB ROM". So it appears that this is the actual device slated for running the actual control program. Is this correct? Response: The National Park Service has specified a DL205 system with a Win PLC CPU running Windows CE. This system will allow an HMI (touch screen) to connect to the PLC using the RS 232 port and the 10 base t port. This will allow connection to a 5 port Ethernet switch (vendor supplied) which will allow the HMI to communicate back to the Win PLC. Connection to the office PC will be on the NPS network using the NPS supplied IP address. Contractor supplied HMI shall be installed in a contractor supplied cabinet in the office. The contractor shall install and integrate Canary software (NPS supplied) and data logging in our PC in the office. The new PLC shall be installed in the same location as the old Siemens PLC. This DL205 System should handle all the plant needs. Should the DL205 fall short of our needs the NPS may exercise Option Line Item 0002 found in this amendment for the purchase of an upgrade to a 405 EBC system and a HMI running Windows CE platform. System can work using the DL205 plus expansion modules, if needed (See Option Line Item 0002 below Pricing for Optional 405 EBC Upgrade). 9) Comment: Reference solicitation - Statement of Work, Lines 8 and 9: It was discussed during the site visit that the PLC I/O could be reinstalled in the existing enclosure rather than locating in the lab office invalidating the need for adding additional terminations and re-routing wire. Is this considered acceptable? Response: PLC I/0 can be reinstalled in existing cabinet. The new contractor supplied touch screen will be mounted in plant office. 10) Comment: Reference solicitation Statement of Work, Line 3: It appears that the vendor does not provide any deliverables, however is there a requirement for the vendor to do integration? Response: The NPS will be providing the Canary Systems data logging software. The contractor will install software on plants existing desktop and provide connect ability to PLC for archiving and logging of plants operational parameters. Examples of parameters are daily plant flow influent and effluent, backwash cycles, and turbidity. The contractor will provide deliverables such as the touch screen and PLC. 11) Comment: Reference solicitation - Statement of Work, Line 11: Need more information regarding the statement: Program for data acquisition must feature an operational maintenance log, daily plant work log, lab worksheet, and process chemical feed recording. Response: Reference solicitation - Statement of Work, Line 11: SOW Line 11 shall be omitted from original solicitation. 12) Comment: After further consideration of the RFQ, the picture has become a bit clearer yet regarding the PLC controller. Item 2 of the RFQ (Statement of Work) says Phoenix Contact's WINPLC with Think and Do runtime software will be used as the controls programming application. The keyword here is runtime. The Automation Direct website has a module (H2-WPLC3-EN) that is described as WINPLC WITH THINK & DO RUNTIME 8MB RAM 8MB ROM. So it appears that this is the actual device slated for running the actual control program. Is this correct? Response: That is correct. This device should work for the required tasks. Section 2: Section 2 of this amendment provides for changes to the Statement of Work (SOW) as described in the existing combined synopsis/solicitation as follows: 13) SOW Line 5 which reads: Contractor shall interface the PLC to an industrial computer (provided by the National Park Service) and to a touch screen interface, which includes the installation of new Uninterrupted Power Supply [Toshiba 1600EP Series UPS (provided by the National Park Service)] for filtering control power. The system must have battery backup ability to insure smooth transition of power from generator to public power and the reverse. Is changed to read: Contractor will install Uninterrupted Power Supply (UPS) provided by The National Park Service. 14) SOW Line 10 which reads: Contractor will install a new cabinet to house the touch screen and industrial computer. Is changed to read: Contractor will install new cabinet to house touch screen in plant office. This will be a wall mounted application. 15) SOW Line 11 which reads: The DL 205 CPU will be connected to a desktop PC via an Ethernet based controller (EBC). This desktop PC will be used for data acquisition. Program for data acquisition must feature an operational maintenance log, daily plant work log, lab worksheet, and process chemical feed recording. Line 11 is omitted from original solicitation. 16) SOW Line 12 which reads: All of the plant process parameters will be displayed graphically on computer screens. The operator will access the screens and change parameters with standard point and click mouse technology. Is changed read: Plant Process parameters will be displayed graphically on Touch Screen located in plant office. Touch screen will be used to control plant functions such as flow, aerator run times and backwash processes. 17) SOW Line 14 which reads: All of the automatic equipment will have capability for complete manual operation independent of the controller. Each piece of automatic equipment will have HOA (hand, off, auto) switch. Addition to Line 14: HOA switches will allow ABB Controllers to run plant operations independent of PLC. 18) SOW Line 16 which reads: Desktop PC shall be capable to provide for manual operation should system PLC fail. Operators need the option to override PLC with desktop and run things in a manual mode. Line 16 is omitted from original solicitation. Delivery and Installation: Delivery and installation shall begin on November 1, 2010, and the PLC shall be completely installed and operational no later than November 25, 2010. The final startup with aerators will be in the spring after June 1, 2010. All visits shall be included in the quoted price. Section 3: Section 3 of this amendment adds an optional line item for a 405 EBC upgrade along with attached option clauses to be exercised by the NPS if needed: Option Line Item 0002: Upgrade of DL205 to 405 EBC system and HMI running Windows CE platform Total Price Including Delivery and Installation: $_____________________ Option Clauses: 52.217-5 Evaluation of Options. Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-7 Option for Increased QuantitySeparately Priced Line Item. The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract period. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. Acknowledgement of Amendment: Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: Signing and dating this amendment and returning with offer;By acknowledging receipt of this amendment on each copy of the offer submitted; orBy separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of the amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. Third Party: If you have given a copy of this Solicitation to someone else, please forward this amendment accordingly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/Q1576101002/listing.html)
- Place of Performance
- Address: Yellowstone National Park
- Zip Code: 82190
- Zip Code: 82190
- Record
- SN02212399-W 20100723/100721234748-bacbac49ac223a386cd2abe5fd599942 (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 |