Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2020 SAM #6831
MODIFICATION

J -- Migrate 2 Joe White Micro-Malting Machines

Notice Date
8/10/2020 1:41:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USDA ARS MWA MADISON LSS MADISON WI 53706 USA
 
ZIP Code
53706
 
Solicitation Number
12561520Q0030
 
Response Due
8/20/2020 1:00:00 PM
 
Archive Date
09/04/2020
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number 12561520Q0030 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated NAICS code is 541511, Custom Computer Programming Services, with a small business size standard of $30.0 million and the PSC code is J066. The Department of Agriculture (ARS) has the need for the following service: 001)�Migrate 2 Joe White Micro-Malting Machines Scope of Work:� The Malt Quality Analysis Lab in the Cereal Crops Research Unit of the USDA Dairy Forage Research Center (US DFRC) is seeking quotes on a service contract for the Migration of 2 Joe White Micro-Malting Machines from Microsoft Windows XP to Windows 10. Background: � The Joe White Micromalters are instruments located in the Malt Quality Analysis lab that play a central role in processing varieties of barley into malt.�The instruments are each connected to a PC that runs the malting schedules and modulates the environment contained within machine to force germination in barley grains. The goal of this project will be to upgrade out Joe White Micromalters that are currently driven by computers running Microsoft Windows XP to be compatibility with computers running Windows 10. Technical Requirements:� Software and hardware must be updated to be compatible with a Windows10 operating system computer, which will be used to control the micro-malting machine�s process variables during automated batches; automated batch processes must be controlled properly. This migration must replace existing Opto22 hardware with Opto22�s Pac Platform hardware and software, and allow the use of the original �New Malt� machine strategy. Job must include removal of existing B100 and B200 Opto22 brain boards, existing rack cards, and LCSX controller. The job must also include the supply and installation of a SNAP-PAC-R2 controller, a SNAP-PAC-RCK12 Opto22 rack card, 3 AC input modules, 5 AC output modules, one 4-channel ICTD analog input module, and a 2-channel analog output module. New rack cards must be rewired using din mounted terminal blocks, and all wiring labeled. Opto22 PacProjectPro software must be supplied and installed on Windows 10 Enterprise operated PCs supplied by us. A 10 port Mikrotik Ethernet router/switch must be supplied, installed, and configured for new network connections to new PCs and R2 controllers. Ethernet cables must be supplied for connections.� Existing Pac Control and Display strategies must be installed, and any discrepancies between the existing strategy and the machines� hardware must be fixed. Minor changes necessary to facilitate operation of the micro-malting machines must be made. Tasks and Associated Deliverables: 2 existing Joe White Micro-malting machines, using �New Malt� control strategy, must be migrated, via hardware component and software upgrades, to operate with Windows10 based PCs.�New component supply, installation, and optimization for proper batch process control is necessary.�Control of steeping, germination, and kilning processes, during automated batches, must function properly.� Note: Please include a list of all hardware and software products that will be required to perform this migration (those noted in the Technical Requirements section and any others that will be required)�including quantities and unit prices. Reporting Requirements:� The contractor is required to provide written progress reports only in the case where the works exceeds 2 weeks for the period, otherwise we only require a final report upon completion of the upgrade. The progress report shall cover all work completed during the specified period. This report shall also identify any problems that arose and a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved and provide an explanation. Government Furnished: The government will furnish the Joe White micromalters to be upgraded as well as�Windows 10 PCs needed for upgrade. The government will access completeness upgrade�based on finished functionality of the units. Security Requirements:�� The contractor will need no anticipated security clearance outside�daily access to our facility during our normal work hours of M-F 8am-5pm. Contractor�s Key Personnel:� No resumes required.� Contractor must be experience with�OPTO 22 hardware, installation of SNAP controllers, and Windows 10. Travel:� Travel anticipated to facility in Madison WI for instillation of hardware.�Responsibility for travel will be covered by contractor. Data Rights:� �No data rights will be produces, furnished or acquired. Section 508 � Electronic and Information Technology Standards: Software shall interoperate with assistive technology. Delivery: This migrate must to be completed no later than September 30, 2020. The 2 Joe White Micro-Malting Machines are located at the Malt Quality Lab in the Cereal Crops Research Unit at 502 Walnut Street, Madison, WI 53726. The Government anticipates award of a Firm Fixed Price contract. Submitting a Quote: To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) with a current and active registration. A contractor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. A DUNS (Dun and Bradstreet) number is required in order to register.�Vendor must also include their DUNS# on their quote. The submission and payment of invoices on the resulting contract will be made through the Invoice Processing Platform (IPP). As such, vendors must be currently registered or register in IPP in order to be able to submit and receive payment on invoices for the resulting contract. Offerors responding to this announcement shall submit their quote on�SF-18�(see attached). The quote should include all fees, delivery charges, and/or surcharges. This will be a tax-exempt purchase. Only electronic submissions will be accepted. Please email all quotes in writing on the SF-18 to�aaron.dimeo@usda.gov by no later than�Thursday, August 20, 2020 at 3:00 PM�Central Standard Time. Questions in regard to this combined synopsis/solicitation must be submitted through email and are due no later than�12:00 PM CST on Tuesday, August 18, 2020. Answers to any questions received by that time will be�posted as an amendment to this combined synopsis/solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ffcc4b368d0e456690687d1b4377504a/view)
 
Place of Performance
Address: Madison, WI 53726, USA
Zip Code: 53726
Country: USA
 
Record
SN05750544-F 20200812/200810230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.