DOCUMENT
H -- Upgrade Intelligent Switchgear - Attachment
- Notice Date
- 3/5/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- 36C24718Q0344
- Response Due
- 3/15/2018
- Archive Date
- 6/22/2018
- Point of Contact
- Michael Giffon
- E-Mail Address
-
9-6682<br
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: 36C24718Q0344 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is 36C24718Q0344 and is issued as a COMBINED SYNOPSIS/SOLICITATION (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a veteran owned small business set aside. The North American Industry Classification System (NAICS) code is 541330. (v) This requirement consists of the following: Exact match Item Description Qty Unit of Unit Total Measure Price Price VENDOR TO UPGRADE THE INTELLIGENT SWITCHGEAR ORGANIZATION, LLC (ISO) PARALLELING GEAR MAIN PLATFORM OPERATING SYSTEM (OS) TO WINDOWS 10.See Statement of work below STATEMENT OF WORK A. GENERAL INFORMATION 1. TITLE OF PROJECT: Upgrade the Intelligent Switchgear Organization, LLC (ISO) paralleling gear main platform Operating System (OS) to Windows 10. 2. SCOPE OF WORK: The Contractor shall provide the parts, materials, and service listed below to the Ralph H. Johnson VA Medical Center (RHJ VAMC) located at 109 Bee Street, Charleston, SC 29401, contact telephone (843)789-7386. In addition, the Contractor shall install all parts and materials, and provide a one (1) year parts and labor warranty that begins on the day the invoice is certified for payment. Local time is based on RHJVAMC location. 3. BACKGROUND: ISO paralleling gear main platform OS is out of date and several operational glitches have been noted. 4. PERFORMANCE PERIOD: The contractor shall provide the specific requirements under this Statement of Work (SOW) within 60 days after date of award unless otherwise directed by the Contracting Officer (CO). 5. TYPE OF CONTRACT: Firm-Fixed price B. GENERAL REQUIREMENTS These specifications are a statement of the minimum level of work and services that are to be provided under this contract. They are not intended to be, nor shall they be construed as, limiting specifications or requirements. At a minimum, the contractor shall be required to take all steps and measures which would be taken by a prudent building owner to ensure that the materials supplied and work performed will provide satisfactory performance for the life of the product installed. 1. RHJVAMC has several UL1558 switchboards installed in the H200 diesel control room. A Pro Face Xycom with elo ET1939L-8CWA touch screen panel (TSP) is currently operating on an automatic basis using Windows XP as the OS for the computer based system and display. The current display (Human Machine Interface (HMI)) consisting of the hardware and software above has shown intermittent failures resulting in the TSP going black and requiring a hard power reset consisting of unplugging and replugging the TSP to return the panel to operation. 2. The Contractor shall provide parts, materials, technicians, supervisors, and other personnel as necessary to complete the following at a minimum; a. Design, build, and test an upgrade of the ISO switchgear computer OS from Windows XP to Windows 10 to include replacement hardware if necessary, b. Troubleshoot and repair or replace the HMI TSP if OS upgrade does not correct the intermittent failures described in B.1. 3. The Contractor shall warranty the parts and labor for a period of one (1) year from the date that the invoice is certified for payment. C. CHANGES TO STATEMENT OF WORK Any changes to this Statement of Work (SOW) shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the Contractor through the actions of the parties other than the CO shall be borne by the Contractor. D. REPORTING REQUIREMENTS The Contractor shall obtain all necessary licenses and/or permits required to perform the work. In addition, the Contractor shall provide the CO with a copy of any licenses and/or permits obtained. E. TRAVEL All work is to be performed at the RHJ VAMC located at 109 Bee Street, Charleston, SC 29401, contact telephone (843)789-7386 for Mr. Mike Collins or (843)789-6783 for Mr. Herb Watson. The Contractor is responsible for any anticipated travel and per diem. F. GOVERNMENT RESPONSIBILITIES 1. The VA shall grant the Contractor access permission to all areas of the RHJ VAMC necessary to provide the services required under this contract. 2. Facilities will be available Monday through Friday from 07:00 to 16:30 local time exclusive of Federal Holidays. a. Exception It is understood that some testing will be required outside of the normal working hours noted above. In the event that work is necessary outside normal working hours, the Contractor will provide 24 hours notice to Mr. Collins and/or Mr. Watson. Arrangements will be made to provide Government personnel as necessary to support Contractor work. 3. Government personnel will be trained to electrical safety requirements and provided with personal protective equipment (PPE) as necessary to support work in progress. G. CONTRACTOR REQUIREMENTS 1) The Contractor shall provide evidence of successful completion of at least two (2) similar jobs to this requirement as proof of adequate experience. Due to the complexity and sensitivity of the work being performed, subcontracting will not be allowed. 2) All Contractor personnel will be trained to OSHA CFR1910 Electrical Safety Standard, which sets standards for high-voltage systems over 600 volts. Safety standards shall be in place to meet or exceed NFPA 70E requirements and appropriate PPE will be issued by Contractor and signed for by Contractor Supervision. 3) Contractor supervision will provide a daily safety briefing to all personnel involved in that day s work, and will provide additional safety briefs if necessary due to complexity of the work involved. H. CONFIDENTIALITY AND NON-DISCLOSURE 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. It is agreed that: I. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The C&A requirements do not apply, and that a Security Accreditation Package is not required.. (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (vii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1. Documentation that confirms the company/employees are manufacturer authorized resellers/ distributors and installers of the quoted items. 2. If you are quoting/offering or equal items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer s literature. NA 3. If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items. NA 4. Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov SDVOSB s must be registered in VetBizOpps: https://www.vip.vetbiz.gov/ (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. The solicitation number must be identified on all submitted questions. (xv) Site Visit: N/A (xvi) QUOTES/OFFERS ARE DUE March 15, 2018 at 3:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation by email to Michael Giffon, NCO 7 Contract Specialist e-mail michael.giffon@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 SHIP TO ADDRESS: 109 Bee Street Attn: Herbert Watson, (843) 789-6783 Herbert.Watson2@va.gov Primary Point of Contact: Michael Giffon Michael.giffon@va.gov 843-789-6682
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0344/listing.html)
- Document(s)
- Attachment
- File Name: 36C24718Q0344 36C24718Q0344.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125314&FileName=36C24718Q0344-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125314&FileName=36C24718Q0344-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24718Q0344 36C24718Q0344.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4125314&FileName=36C24718Q0344-000.docx)
- Record
- SN04843330-W 20180307/180305231705-3e8ac4a80a214c8facc80aac6882dd45 (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 |