Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1998 PSA#2158

DOT -- Maritime Administration, 201 Mission Street, Room 2200, San Francisco, CA 94105

J -- CONVERSION OF GE DMC ALARM AND MONITORING SYSTEM ON GOLDEN BEAR SOL DTMA94-98-B-00005 DUE 090398 POC Pat Russo, (415) 744-2593, To expedite requests use fax number, (415) 744-2576. (i) 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. This announcement constitutes the ONLY solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is DTMA94-98-B-00005. The solicitation is issued as an invitation to bid (IFB), and will result in a firm fixed price contract. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-06. (iv) This is a small business set aside standard industrial classification code (SIC) 1731, small business size standard $7 million. (v) There is one contract line item number, 0001, Conversion of the Golden Bear GE ACCU Alarm and Monitoring System, one job. (vi) Description. The Maritime Administration maintains the Golden Bear, a 10,930 ton, 499 foot midshipman training ship, homeported at the California Maritime Academy in Vallejo, CA. There is a requirement to convert the ships GE ACCU alarm and monitoring system. This will require the following: (1) Replacing the existing GE DMC data collector computer with a GE LM90 model 331, or equivalent, or superior programmable logic controller. The new PLC is to have a communication device connected to all the eight I/O stations. Install connections to the eight remote alarm stations, the watch call and engineer's call stations, and bridge console by installing state of the art Pentium based SNAP I/O's. (2) Remove existing GE termination units and replace with Snap I/O's. New l/O's to be mounted in the console in place of the removed GE termination units. (3) Remove and replace the two existing Operator Interface Terminals (OIT's) with two new 32-bit Microsoft Windows based Mach Man Interfaces (MMI's). These units are to interface to the LM90 computer with Ethernet hardware. Each new OIT/MM1 is to operate independent of all other OIT's, to enable different screens to be viewed on each one. (4) Develop and install software catered for the workstations to communicate with the remote I/O stations. (5) Replace all existing controls in the console as required to support the above described work. (6) Create graphic screens for each subsystem. Report capabilities are to be included at all stations. All processes are to have trending capability, with real time and historic data available for viewing or exporting to a spreadsheet or document file. Provide a copy of the final software. (7) Retain bell logger and alarm logger printers in the new system, and connect to the new MMI computers. (8) Provide first level spares. (10) Modified system to be compatible to shipboard local area network. (9) All approvals and drawing submissions required by the American Bureau of Ships (ABS) and US Coast Guard are the responsibility of the Contractor. (11) Test operate new system satisfactory in the presence of the COTR, Chief Engineer, ABS and U.S. Coast Guard. (12) Attend all associated dock and se trails. (13) Develop all revised and new drawings. Provide a copy of regulatory approvals, and three copies of all approved revised and new drawings, once all work and testing is completed. (vii) Work shall be completed, including final inspection and acceptance, NLT 120 days from date of contract award or notice to proceed, whichever is later. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) 52 212-2 Evaluation -- Commercial Items (Oct 1997) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered The following factors shall be used to evaluate offers: (1) Technical Including the technical capability of meeting the requirements including servicing GE DMC type systems, and developing software for the systemsoperator interface terminals (OITs). (2) Past performance. (3) Price. Technical and past performance, when combined, are equal to price. To assist prospective offerors, there is a ship visit scheduled at 10:00 a.m. on Monday, August 17, 1998 onboard the Golden Bear. To attend, please contact the contracting officer, Ms. Patricia Russo (415) 744-2593 (b) There are no option items. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision). (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3)). 52.219-14, Limitation on Subcontracting (15 U.S.C. 637(a)(14)). 52.222-26, Equal Opportunity(E.O. 11246). 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.222- 36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793). 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). 52.225-19, European Union Sanction for Services (E.O. 12849). 52.225-21, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (46 U.S.C. 1241). (xiii) There are additional contract requirement that have been determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following requirements are contained in the Maritime Administration Master Lump Sum Ship Repair Agreement, dated 1/1/97, and are incorporated by reference. These requirements will be available in hardcopy at the ship visit, or upon request, can be faxed by the contracting officer, Ms. Patricia Russo (415) 744- 2593. E.1 Workmanship, Materials And Inspection H.5 Indemnity And Insurance, H.6 Additional Indemnity And Insurance,H.7 Safety, H.10 Guarantee, H.13 Maritime Administration Reserve Force Safety Rules For Contract Personnel, H.18 Environmental Concerns/Asbestos Relocated/Hazardous Material; Environmental Compliance. (xiv) Commerce Business Daily numbered note one (1). (xv) Offers are due 1200 noon (local) on Sep. 3, 1998, delivered to the Maritime Administration, 201 Mission Street, Suite 2200, ATTN: P. Russo, San Francisco, CA 94105. (xvi) The point of contact for this requirement is Ms. Patricia Russo, (415) 744-2593. Posted 08/11/98 (M-SN235384). (0223)

Loren Data Corp. http://www.ld.com (SYN# 0071 19980813\J-0021.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page