SOLICITATION NOTICE
R -- Evaluation and Repair of the WCDAS Electrical Switchgear GE � Zenith Emergency Generator Communication & Control System
- Notice Date
- 8/25/2022 7:16:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- NEEB2000-22-01135a
- Response Due
- 9/9/2022 8:00:00 AM
- Archive Date
- 09/24/2022
- Point of Contact
- Jay Parsick, Lori Smith
- E-Mail Address
-
Jay.Parsick@noaa.gov, Lori.Smith@noaa.gov
(Jay.Parsick@noaa.gov, Lori.Smith@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NEEB2000-22-01135 NOAA WALLOPS COMMAND AND DATA ACQUISITION STATION, Evaluation and Repair of the WCDAS Electrical Switchgear GE � Zenith Emergency Generator Communication & Control System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603-Streamlined Solicitation for Commercial Items under FAR Part 13, and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested. The specific requirements are presented in the Statement of Work (below).� This is a Request for Quote (RFQ) for a hybrid Firm Fixed Price and Time and Material (T&M) contract for the National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data and Information Service (NESDIS), Office of Satellite and Products Operations (OSPO) for the following service:� Evaluation and Repair of the WCDAS Electrical Switchgear GE � Zenith Emergency Generator Communication & Control System. This requirement is being procured as a small business set-aside under North American Industry Classification System (NAICS) Code 541990.� This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circulars 2022-07, dated August 10, 2022.� Vendors responding to this requirement shall provide FOB destination pricing for all the products/services listed. Any questions related to this notice shall be submitted via email by 5:00 PM Eastern Time on September 2, 2022, to Jay Parsick (Jay.Parsick@noaa.gov) and Lori Smith (Lori.Smith@NOAA.gov) Answers to questions submitted will be provided via amendment through SAM.gov. Responses are due via email by 2:00 PM Eastern Time on September 9, 2022 to Jay Parsick (Jay.Parsick@noaa.gov) and Lori Smith (Lori.Smith@noaa.gov). There will be no exceptions to the time and date on which responses are due, unless determined otherwise by the Contracting Officer (CO). To verify receipt of your response, please contact the aforementioned by e-mail. Responses must be valid for at least 60 days from date of submission. The Contracting Officer reserves the right to make no award under this RFQ and under no circumstances shall NOAA be liable for any contractor costs responding to this RFQ. We thank you for your continued support of the National Oceanic and Atmospheric Administration (NOAA). Site Visit�Attendance Instructions: Contractors interested in attending the Pre-proposal conference/site visit must identify their interest in by E-mailing their request to Mr. Jay Parsick at jay.parsick@noaa.gov.�Please send a courtesy copy to Mr. James Deck at�james.deck@noaa.gov.�Contractors must submit their requests by Friday,�August 26, 2022 5:00 pm EST.�Contractors� requests must include the names of the participants, only three (3) participants per interested contractor. The Contract Specialist will return an RSVP confirmation email. Only the individuals included in your confirmed RSVP will be granted access to the facility.� In order to gain access to the site, complete the information in the link below and click submit to Ms. Valerie Binder (Valerie.j.binder@noaa.gov).� The request automatically go directly to the Station Manager and the Deputy Station Manager for approval. There will be a description of why you are coming, the approving managers need a reason for your visit and of course if this is for an emergency request, please include that in that block as well. Please use Chad Holden as your sponsor (chavez.a.holden@noaa.gov). COVID access rules will change according to the Accomack County�s community levels. We are currently at a��MEDIUM��level. Please see the below requirements for each COVID level. https://app.smartsheetgov.com/b/form/62820ca231a44cd28033a2be27d05806 Mitigation Steps: The�mitigation steps�for sites at the�LOW COVID-19 community level (NSOF, NCWCP, Wallops)�continue in effect for NSOF and NCWCP and be in effect immediately for Wallops: ���Masks are not required. Individuals may continue to wear masks based on personal preferences or needs. ���COVID-19 screening testing is not required. Federal employees who have not provided proof of vaccination are still required to attest to their onsite status. ���Contractors, affiliates and visitors are not required to provide attestation of their vaccination status. COVID-19 screening testing is not required. ���No COVID-19 related approval needed. ���No situational telework required for COVID-19 related mitigation. The�mitigation steps�for sites at the�MEDIUM COVID-19 community levels (CBU)�continue in effect: ���Masks are generally not required, but are strongly encouraged while interacting closely with others while in NOAA worksites. ���COVID-19 screening testing is�required for federal employees who have not provided proof of vaccination prior to reporting for onsite work�or interacting with members of the public as part of their official duties. ���Onsite contractors, affiliates and visitors should attest to their vaccination status using the existing DOC form. Individuals who do not attest to being fully vaccinated must have a negative COVID-19 test result from a test administered within the prior 3 days. ���Additional situational telework encouraged. Supervisors are encouraged to liberally approve requests from employees for situational telework, including up to 5 days per week, for COVID related reasons, when doing so does not compromise mission execution (Note: the term �compromise mission execution� should in general encompass measurable and substantive impacts to mission, and in general does not include minor delays in execution, minor reductions in meeting effectiveness, or other similar impacts.) The�mitigation steps�for sites at the�HIGH�COVID-19 community levels (Fairbanks)�will be in effect immediately: ���Masks are required while in NOAA worksites. ���COVID-19 screening testing is�required for federal employees who have not provided proof of vaccination prior to reporting for onsite work�or interacting with members of the public as part of their official duties. ���Onsite contractors, affiliates and visitors should attest to their vaccination status using the existing DOC form. Individuals who do not attest to being fully vaccinated must have a negative COVID-19 test result from a test administered within the prior 3 days. ���Situational telework maximized to prioritize onsite mission essential/mission critical operations. Supervisors should actively encourage all employees to maximize situational telework, including up to 5 days per week, in order to prioritize required onsite mission essential/mission critical operations, when doing so does not compromise mission execution (Note: the term �compromise mission execution� should in general encompass measurable and substantive impacts to mission, and in general does not include minor delays in execution, minor reductions in meeting effectiveness, or other similar impacts.) STATEMENT OF WORK Evaluation and Repair of the WCDAS Electrical Switchgear GE � Zenith Emergency Generator Communication & Control System INTRODUCTION/BACKGROUND:� The National Oceanic and Atmospheric Administration (NOAA) Office of Satellite and Products Operations (OSPO) is an organizational component of the National Environmental Satellite, Data and Information Service (NESDIS).� The OSPO has operational responsibility for the Satellite Operations Control Center (SOCC) at Suitland, MD and the Command and Data Acquisition Stations (CDASs) at Wallops Island, VA and Fairbanks, AK to command and control the satellites, to track the satellites, and to acquire their data.� The OSPO also manages and directs the operation of the central ground facilities which ingest, process, and distribute environmental satellite data and derived products, to domestic and foreign users. Objective: The objective is to obtain the expertise necessary to periodically evaluate the General Electric switchgear, the switchgear control systems, perform relevant system upgrades, and correct any deficiencies within the switchgear & switchgear control system at the Wallops Command and Data Acquisition Station (WCDAS) at Wallops Island, VA. �The WCDAS management requires the contractor to be on-site and provide support while preventative maintenance and software updates are installed on the electrical switchgear�s eight (8) central processing units (CPUs). � Scope: The WCDAS management requires the services of a qualified GE Zenith/Entellysis Engineer who must understand GE � Zenith Generator control system communication and control. The following requirements include: Service/maintenance visits shall occur on a quarterly basis. Communication and control of emergency generator systems that are integrated into and work collaboratively with GE Entellisys switchgear systems. Safely exercise the equipment to confirm system operation integrity. Provide general support while periodic preventative maintenance is performed on the GE electrical switchgear, circuit breakers and transformers, etc. Provide general support while software/firmware updates are installed on the electrical switchgear CPUs. 1. The Contractor shall provide a factory trained and certified Senior Service Engineer to be on site & perform routine preventative maintenance on the system on a quarterly basis. The Contractor shall coordinate with the Wallops CDA Station Facilities Management staff and schedule routine service visits at least 72 hours prior to arrival of personnel. Any work considered outside the scope of this agreement must be identified to the Contracting Officer (CO) and Wallops CDA Station Facilities Management, with written authorization received from the CO. 2. The trained Senior Service Engineer shall perform normal checks and tests on the system and perform adjustments, as needed. The Senior Service Engineer will also be available to perform any other related services as directed by WCDAS management. 3. Preventative Maintenance � Each inspection call will be a scheduled service by the Senior Service Engineer.� Following each maintenance service performed the Contractor shall provide the following deliverables: �A legible written service report/record to the Wallops CDA Station Facilities Management staff within 72 hours after departure from the site. Delivered report may be in electronic format (such as �.pdf�). Report detailing the tasks performed, the skill levels required, and the special tools and instrumentation required to inspect the systems for optimum system performance, both from a hardware and software perspective. Typical activities include: Inspection of hardware operator - machine interface and field panels for proper operation. Review/address any irregular event or alarm activity. Review trend logs. 4. Emergency On-Call Coverage � The Contractor shall provide on call service for emergencies at the CDA Station.� Response times shall be as follows: The contractor shall provide response/acknowledgement of request for emergency service via phone call within 4 hours. A fully qualified factory trained Senior Service Engineer shall be on site the following morning by 8:00 am unless other arrangements are agreed to. Emergency service visits shall count as (shall be in lieu of) the regular quarterly maintenance visit � so as not to increase the cost of the annual service agreement. Telephone number(s) where Service/technical support can be reached at any time of the day or night, weekends, or holidays shall be provided to the Contracting Officer�s Representative. The Contractor shall provide costs for optional (additional) labor hours on an ad hoc basis (once the specialist is on site), should additional time be required to facilitate a repair. � 5.� Order Level Material (OLM) In the event the Contractor is required to purchase material or equipment under the micro purchase threshold, the materials or equipment required shall be approved by the Contracting Officer�s Representative (COR) as part of the contract costs. All materials purchased under the Purchase Order shall comply with WCDAS project and security guidelines. All materials purchased shall be inventoried by Government property representatives if required. The Contractor shall provide the documentation (invoices, etc.) to support the WCDAS inventory process. For procurements over the micro purchase threshold, the Contractor shall provide the Contracting Officer three (3) quotes for each item. If the item is only available from one (1) source the Contractor shall provide a written justification for the sole source. All procurements shall be reported and coordinated through the COR and then approved by the Contracting Officer, in advance of purchase. Should the Contractor purchase the materials without authorization by the Contracting Officer, the Contractor shall be held liable for the cost. 6.� Security Requirements: The contractor shall comply with all Station, NOAA, and DOC Safety, Security, and Environmental policies as provided by Facilities Supervisor or as otherwise required by law, rule, or regulation. The WCDAS Facilities Supervisor shall be given advanced notice of all persons planning to visit the Station while engaged in work under this statement of work (SOW). The contractor and his/her employees shall read and understand the Station�s Visitors Policy. Physical security requirements for Wallops site access will be met to accommodate contract personnel as escorted visitors in accordance to CAR 1352.237-71 Security Processing Requirements � Low Risk contracts.�� Any access by contract personnel who are Foreign Nationals shall be in accordance with the requirements of CAR 1352.237-73, Foreign National Visitor and Guest Access to Departmental Resources (APR 2010). The contractor shall provide for the safety and health of their employees and all personal protective equipment. (End of Statement of Work) SCHEDULE OF SERVICE: 1. CLIN 0001: Provide (4) quarterly preventative maintenance service on General electric paralleling switchgear as described in the statement of work Period of Performance: �Base Year � September 16, 2022 through September 15, 2023� 1� FFP������ LT������ $_______________ 2. CLIN 0002: ODCs������ ������������������������������������������������������ �������1 T&M���� LT������ $ To be inserted by ���� ����������������������������������������������������������������������������������������������������������������������������������the Gov�t at time ����������������������������������������������������������������������������������������������������������� ����������������������������of award. Contractor shall provide an hourly rate for emergencies and other related work as stated in the SOW. �$___________/hr for Senior Service Engineer 3. CLIN 1001: Provide (4) quarterly preventative maintenance service on General electric paralleling switchgear as described in the statement of work Period of Performance:� Option Year 1 � September 16, 2023 through September 15, 2024.��������������� ����� 1��� FFP���� LT������� $_______________ 4.� CLIN 1002: ODCs����������������������� ���������� ����������������������� ������1 �� T&M�� LT������ $To be inserted by ����������������������������������������������������������������������������������������������������������������������������������� �� the Gov�t at time ����������������������������������������������������������������������������������������������������������������������������������� �� of Award Contractor shall provide an hourly rate for emergencies and other related work as stated in the SOW. �$___________/hr for Senior Service Engineer����� 5.� CLIN 2001: Provide(4) �quarterly preventative maintenance service on General electric paralleling switchgear as described in the statement of work Period of Performance: Option Year 2 � September 16, 2024 through September 15, 2025���������������� 1� FFP� ���������� LT����� $ ______________ 6.� CLIN 2002: ODCs����������������������� ����������������������������������� 1� T&M���������� LT������ $To be inserted by ����������������������������������������������������������������������������������������������������������������������������������� �� the Gov�t at time ����������������������������������������������������������������������������������������������������������������������������������� ���� of Award Contractor shall provide hourly rate for emergencies and other related work as stated in the SOW. �$___________/hr for Senior Service Engineer 7.� CLIN 3001: Provide (4) quarterly preventative maintenance service on General electric paralleling switchgear as described in the statement of work Period of Performance:� Option Year 3 � September 16, 2025 through September 15, 2026���������������� 1���� FFP��������� LT������ $_______________��� 8.� CLIN 3002: ODCs����������������������� ����������������������������������� 1���� T&M������� LT������ $To be inserted by ����������������������������������������������������������������������������������������������������������������������������������� �� The Gov�t at time ����������������������������������������������������������������������������������������������������������������������������������� ��� Of Award. Contractor shall provide hourly rate for emergencies and other related work as stated in the SOW. �$___________/hr for Senior Service Engineer 9.� CLIN 4001: Provide (4) quarterly preventative maintenance service on General electric paralleling switchgear as described in the statement of work Period of Performance:� Option Year 4 � September 16, 2026 through September 15, 2027���������������� 1��������� FFP���� LT��� $ ________________ 10.� CLIN 4002: ODCs��������������������������������������������� ��� ������� 1��������� T&M�� LT������ $To be inserted by ����������������������������������������������������������������������������������������������������������������������������������� � The Gov�t at time ����������������������������������������������������������������������������������������������������������������������������������� �� Of Award. Contractor shall provide hourly rate for emergencies and other related work as stated in the SOW. �$___________/hr for Senior Service Engineer ����������������������������������������������������������� �������������� TOTAL AMOUNT $________________________ Basis for Award: NOAA anticipates awarding a hybrid FFP and T&M contract. A best value determination will be made based on technical capability and price. To be considered technically capable, the Offeror shall submit resumes of Engineer to substantiate at least eight (8) years of experience with the GE Entellisys and GE Zenith software systems and GE training certifications.� Provide documentation indicating the capability of configuring GE Entellisys and GE Zenith software systems to�work concurrently, and be capable of demonstrating significant experience programming/configuring their (GE's) proprietary command & control software systems. Pricing shall be in accordance with the work required in the Statement of Work and Schedule of Service stated above. Offers shall submit unit pricing and the total extended price for each required CLIN stated above. Additionally, responses will be evaluated for completeness and the degree to which they satisfy all RFQ requirements. Responses shall satisfy and adhere to all requirements of this RFQ and shall clearly indicate any assumptions that are not defined in, or directly aligned with, this RFQ.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e42586d0c0942c0a9bfa74e464b6579/view)
- Place of Performance
- Address: Wallops Island, VA 23337, USA
- Zip Code: 23337
- Country: USA
- Zip Code: 23337
- Record
- SN06440808-F 20220827/220825230125 (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 |