Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOURCES SOUGHT

D -- Facility Information Monitoring System (FIMS)

Notice Date
6/29/2012
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FIMS_SSS
 
Archive Date
7/31/2012
 
Point of Contact
Evan T. O'Connell, Phone: (781) 271-5361, Rebekah Bohannon,
 
E-Mail Address
evan.oconnell@hanscom.af.mil, rebekah.bohannon@hanscom.af.mil
(evan.oconnell@hanscom.af.mil, rebekah.bohannon@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AIR FORCE WIDEBAND ENTERPRISE TERMINALS (AFWET) FACILITY INFORMATION MONITORING SYSTEM (FIMS) Sources Sought Synopsis (SSS) The Air Force Wideband Enterprise Terminals (AFWET) Program Office, Electronic Systems Center/Space & Nuclear Networks Division (ESC/HNS), located at Hanscom AFB, MA is requesting information from industry for experience and capability of commercial off the shelf (COTS) Facility Information Monitoring System (FIMS) solutions at sites located around the world. AFWET supports the maintenance and upgrades for 30 satellite communication facilities that have communications electronics, radomes, large (38 to 60 ft diameter) dish antennas, and other supporting infrastructure. The FIMS solution will be a standalone computer solution that assists communications personnel in monitoring existing, equipment, alarms, meters, and sensors as well as having the capability for expanding for new and future needs. This Sources Sought Synopsis (SSS) is for planning purposes only and is limited to United States (US) firms only. This is not a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or commitment by AFWET to contract for the items contained in this SSS. The Government will not reimburse costs incurred while developing a response to this SSS. With regard to industry SSS responses, AFWET will not release to any firm, agency, or individual outside the Government any information marked "PROPRIETARY" without written permission from the respondent. 1. Purpose AFWET is conducting market research for information from industry for experience and capability of a COTS FIMS solution. The purpose of this SSS is to gather technical information for the purchase and implementation of a FIMS solution. 2. Project Description Communication personnel are responsible for the operations of satellite communication facilities electronics, baseband, antenna, and other supporting infrastructure twenty-four hours a day, seven days a week. In addition to the above responsibilities, they need to have the capability to monitor the following: • Room temperature o between -40o F to +120o F • Room air pressure o between 0.00 to 1.00-inch water gauge • Room humidity o between 0% to 100% relative humidity • Leak/moisture o Under raised floors o Around chillers o Around dehumidifiers o Around fuel storage tanks • Fire o Smoke o Heat • Gas o Carbon monoxide (CO) • Door(s) o Closed and open o Locked and unlocked • Chiller monitor o High and low water temperature o High and low evaporator refrigerant temperature • Boiler monitor o High and low steam pressure o High and low water temperature • Solid-State Uninterruptable Power Supply (SSUPS) Battery monitor o String and cell level voltage o Internal resistance o Current and temperature throughout the charge • Switchgear monitor • Generator monitor o Generator running o Not in automatic start mode o Low fuel o Low oil pressure o Low coolant level o High and low engine temperature o Common alarm o Low battery voltage o Battery charger failure • Electric power monitor o Input and output voltage o Output voltage Total Harmonic Distortion (A, B & C Phases) o Input and output current (A, B & C Phases) o Output current % (A, B & C Phases) o Output neutral current o System ground current o kVA, kW, Hz o Power factor (Lead/Lag Indicator) o Power usage effectiveness (Total facility power/IT equipment power) Each satellite communication facility was constructed and upgraded in different years using site specific equipment, alarms, meters, and sensors. Therefore, each satellite communication facility will require a site survey to assess and develop an appropriate FIMS solution. The FIMS solution should take the following into consideration: • A standalone computer solution that monitors existing, new, and future equipment, alarms, meters, and sensors. • Ability to track measurements and set alarm thresholds for equipment, alarms, meters, and sensors. • Ability to provide sensors that are factory calibrated to provide accurate readings above and below measured ranges. •Ability to track measurements above and below the alarm thresholds for equipment, alarms, meters, and sensors. • Ability to add data fields for different equipment, alarms, meters, and sensors (i.e. point of contacts, number to call, etc.). • Ability to use industry standard data acquisition cabling (i.e. shielded 2-Pair, 22AGW, CAT5e, fiber, etc.) • Ability to use industry standard data acquisition sensors. • Ability to retain historical logs for 5 years and recall all collected data on command. • Ability to generate and customize reports. • Ability to use dynamic graphical representation, managing data input/output and storage. • Allowed to be a standalone WEB based application. • Cannot have access to the Internet or make use of an Extranet. • Wireless technology is not permitted. 3. Warranty Information The FIMS solution should provide the standard industry Original Equipment Manufacturer (OEM) warranty. The government requests information which will assist with determining the sustainability of material solution concepts. Request any reliability, maintainability and availability data available. Please describe warranty details concerning any potential products you may be considering. 4. Information Assurance If AFWET should use a FIMS solution at their satellite communication facilities the Government will require a comprehensive information assurance (IA) approach that addresses all aspects of information assurance. 5. SSS Response Instructions Responses need to include the following information and identify if any of the information provided is proprietary. Data submitted in response to this SSS will be widely distributed and discussed within the government. It is the responsibility of Respondents to clearly mark submitted information with appropriate restrictive markings. Respondents are further advised that the government's analyses of your responses may require disclosure of your responses to Advisory and Assistance Services support contractor personnel. All members of the government/contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligation to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. Your responses will be used in market research for this acquisition. • Provide company production background/history, brief overview of services and capabilities, brief examples of similar work, such as prior/current production contracts with the Government by contract number, issuing office, and Government points of contact (preferably the Buyer or Contracting Officer) • Description of production capabilities your company provides that could be used to satisfy the requirements of the FIMS • Description of estimated preproduction and production lead time schedules • Identify whether your company is a small or large business. Small businesses should specify Small Disadvantaged Business, 8(a), Women-owned Small Business, HUB-Zone Small Business, or Service Disabled Veteran-owned Small Business concern under the NAICS Code 334220 (standard size is 750 employees) • Identify that your company is a US-Owned entity • State if your company has a Facility Clearance and the level of Facility Clearance • Provide company address, Commercial and General Entity (CAGE) Code, Data Universal Numbering System (DUNS) Number, and points of contact with name(s), telephone number(s) and email address(s) Submit your qualification package in the form of one hard copy and one compact disc to the Contracting Officer, Ms. Rebekah Bohannon, 5 Eglin Street, Hanscom AFB, MA 01731 no later than 1700 EDT on 25 June 2012. Limit your qualification package to 10 pages of data (required format: compatible with Microsoft Word 2007 for Windows; 8.5 x 11 inch paper; Times New Roman Font; 12 pitch, 1-inch margins, single-spaced). An additional 5 pages of information, such as a cover sheet, marketing materials, brochures, etc. may be included. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman, Building 1606, 9 Eglin Street, Hanscom AFB, MA 01731; Telephone #: 781-225-1628; Facsimile #: 781-225-2250; E-Mail: ESC.Ombudsman@hanscom.af.mil. We remind companies interested in this effort in any prime, subcontractor, or teaming arrangement capacity, of their responsibility to ensure they address and take steps to avoid and/or mitigate potential Organizational Conflict of Interest (OCI) issues. This is especially important if a company is presently supporting the Government through an Advisory and Assistance Services contract. Guidance is found in FAR Part 9 - Contractor Qualifications, and possibly OCI clauses in other Government contracts your company may have. Companies should contact Rebekah.Bohannon@hanscom.af.mil with any questions you may have on this matter. Direct all questions to the Contracting Officer, Ms. Rebekah Bohannon at Rebekah.Bohannon@hanscom.af.mil, or the Contract Specialist, Mr. Evan O'Connell at Evan.Oconnell@hanscom.af.mil. All answers to submitted questions will be posted on FedBizOpps (https://www.fbo.gov/). Questions and answers of a proprietary nature will be handled on a case-by-case basis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FIMS_SSS/listing.html)
 
Record
SN02791291-W 20120701/120629235712-7c393171621b523282a1e5cfa87d7ae0 (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 |
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.