Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2018 FBO #6105
SOLICITATION NOTICE

L -- 225' Machinery Plant Control Monitoring System Software Upgrades - STATEMENT OF WORK

Notice Date
8/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
70Z04018Q62253B00
 
Archive Date
8/21/2018
 
Point of Contact
Kelly Wyatt, Phone: 4105824720
 
E-Mail Address
Kelly.A.Wyatt@uscg.mil
(Kelly.A.Wyatt@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
APPROVED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The Request for Quotation number is 70Z04018Q62253B00. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 811310. This is an unrestricted procurement. The resultant purchase order shall be fixed price. It is the Government's belief that only L3 Technologies, the Original Equipment Manufacturer (OEM), can successfully upgrade this software as they maintain proprietary rights to the software. Therefore, it is the Government's intent to solicit and negotiate with only L3 Technologies. Industry was given the opportunity to submit their capabilities in the Sources Sought notice posted to FBO on July 19, 2018. No responses were received. SCOPE : The Contractor shall provide all resources and materials required to complete the following tasks in accordance with the schedule of deliverables. For any of the database points below that do not exist or are different than what is shown; Modify as appropriate to match the points from paragraphs (2) through (4). The Contractor shall verify the software for the Reverse Osmosis system database points and graphics as provided in reference (1), which includes: PWS 100 RO #1 SALINTY HIGH LEVEL PWS 101 RO #1 FEED PRESSURE LOW PWS 103 RO #2 SALINTY HIGH LEVEL PWS 104 RO #2 FEED PRESSURE LOW PWS 300 RO #1 STOP/RUN STATUS PWS 301 RO #1 DUMP VALVE OPEN/CLOSED PWS 302 RO #2 STOP/RUN STATUS PWS 303 RO #2 DUMP VALVE OPEN/CLOSED PWS 900 RO #1 DUMP VALVE OPEN/CLOSE PWS 901 RO #2 DUMP VALVE OPEN/CLOSE The Contractor shall verify the software to Oily Water Separator database points and graphics as provided in reference (2), which includes: WST 101 OILY WATER SEPARATOR WTR EFFLUENT HIGH The Contractor shall verify the software to Gyrocompass database points and graphics as provided in references (3) and (4), which includes: MISC 104 GYRO COMPASS SYS BATTERY CHARGER SUMMARY FAULT STR 100 CHANGE FROM "STEERING GEAR GYRO SMY FLT" TO "GYRO SUMMARY ALARM" The Contractor shall update and flash new RTU software for firmware, as required to accomplish this task. The Contractor shall provide a software update on DVD(s) and installation instructions to the COR. The Contractor shall update MPCMS Technical Documentation system operator manual, Graphic User Interface (GUI) Specification, RTUs, ECCC, and MSCC drawings, and provide to the COR for review and approval. PERIOD OF PERFORMANCE : Services shall be completed onsite at the U.S. Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD from 9/27/2018 - 10/4/2018. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The provision at 52.212-1, Instruction to Offerors - Commercial Items (Jan 2017) Addendum, applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017) Addendum, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2018) applies to this acquisition. The following clauses contained with 52.212-5 apply to this procurement: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation With Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.222-41 Service Contract Labor Standards 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 QUOTATION SUBMISSION REQUIREMENTS : Quotations must be submitted on company letterhead and contain the following information: 1.Offeror's current and complete mailing address 2. DUNS number 3. Unit and total pricing for 1 job. 4. Signed copies of any amendments issued. 5. A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items. 6. Past Performance - a list of at least contracts, current or completed within the last three (3) years, specifically for software upgrades to the 225' WLB MPCMS system. References may include contracts with Federal, State, and local Governments as well as commercial contracts. Information submitted must identify the contract number, contract type, agency name, agency point of contact information to include phone number and email address; description of services completed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z04018Q62253B00/listing.html)
 
Record
SN05029304-W 20180811/180809231238-5e732e9342cf8e2e831f8af48a963060 (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.