225' Machinery Plant Control Monitoring System Software Upgrades

expired opportunity(Expired)
From: Federal Government(Federal)
70Z04018Q62253B00

Basic Details

started - 09 Aug, 2018 (about 5 years ago)

Start Date

09 Aug, 2018 (about 5 years ago)
due - 20 Aug, 2018 (about 5 years ago)

Due Date

20 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
70Z04018Q62253B00

Identifier

70Z04018Q62253B00
Department of Homeland Security

Customer / Agency

Department of Homeland Security
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 LEVELPWS 101 RO #1 FEED PRESSURE LOWPWS 103 RO #2 SALINTY HIGH LEVELPWS 104 RO #2 FEED PRESSURE LOWPWS 300 RO #1 STOP/RUN STATUSPWS 301 RO #1 DUMP VALVE OPEN/CLOSEDPWS 302 RO #2 STOP/RUN STATUSPWS 303 RO #2 DUMP VALVE OPEN/CLOSEDPWS 900 RO #1 DUMP VALVE OPEN/CLOSEPWS 901 RO #2 DUMP VALVE OPEN/CLOSEThe 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 HIGHThe 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 FAULTSTR 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 Statements52.204-23, 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 Corporations52.233-3, Protest After Award52.233-4, Applicable Law for Breach of Contract Claim52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-28 Post-Award Small Business Program Rerepresentation52.222-3 Convict Labor52.222-19 Child Labor-Cooperation With Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-22 Previous Contracts and Compliance Reports52.222-26 Equal Opportunity52.222-50 Combating Trafficking in Persons52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-13 Restriction on Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer-- System for Award Management52.222-41 Service Contract Labor Standards52.222-55 Minimum Wages Under Executive Order 1365852.222-62 Paid Sick Leave Under Executive Order 13706QUOTATION SUBMISSION REQUIREMENTS:Quotations must be submitted on company letterhead and contain the following information:1.Offeror's current and complete mailing address2. DUNS number3. 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. Contact Information: Kelly Wyatt, Contracting Officer, Phone 4105824720, Email Kelly.A.Wyatt@uscg.mil Office Address :2401 Hawkins Point RoadBuilding 31, Mail Stop 26 Baltimore MD 21226-5000 Location: USCG Surface Forces Logistics Center (SFLC) Set Aside: N/A

USCG Surface Forces Logistics Center (SFLC)Location

Address: USCG Surface Forces Logistics Center (SFLC)

Country : United StatesState : Maryland

You may also like

FORMAL-RFP-ACCESS CONTROL SITE UPGRADES

Due: 15 May, 2024 (in 18 days)Agency: Port of Houston Authority

Classification

NAISC: 811310 GSA CLASS CODE: L