Repair and upgrade the Power Monitoring and Control System (Part A) and Supply and Service for addition of Chiller 3 breaker
PROJECT: Repair and upgrade the Power Monitoring and Control System (Part A) and Supply and Service for addition of Chiller 3 breaker with existing Program Logic control system (Part B) at Consulate G... PROJECT: Repair and upgrade the Power Monitoring and Control System (Part A) and Supply and Service for addition of Chiller 3 breaker with existing Program Logic control system (Part B) at Consulate General of United States of America, Mumbai, India. INTRODUCTION PART A Consulate General of The United States of America in Mumbai, India has Power Monitoring and Control System in Dell computer and the operating system is Windows XP without internet access and modem. The Dell PC has WinPM System Developed by Siemens. The System Manager Software consists of Display Manager (allows to display data, waveforms, and logs from devices on the network and edit the graphic), Setup Manager (presents the administrator’s view of network, allowing to add, remove, and configure the elements of power monitoring), Report manger (allows to define and generate database reports). Configuration of the WinPM System Manager Software has following controls and devices in System: Siemens 9510 Power meters – 5 ea. Siemens 9350 Power meters – 1 ea. GE Energy Meter (Meter Net) – 2 ea. Siemens 9200 ENERCEPT Meter 73 ea. Master pack breaker MICROLOGIC MCCB – 15 ea. Master pack breaker MICROLOGIC ACB – 14 ea. GE Circuit Monitor GE-760 – 1 ea. Siemens Automation directs PLC – SIMATIC S7-300 – 2 ea. Tank management System TMS3000 -1 ea. Cooper Electronic Voltage Regulators – 1 ea. Siemens Switch gear ATS controller ASCO, OTPCH –3000A – 2 ea. Cummins Diesel Generators 1250KVA – 2 ea. Cummins Diesel Generators 400KVA – 1 ea. Ethernet Switch 1 port with fiber optic port -1 ea. (Utility switchgear room) Ethernet switch 5 port – 2 ea. (Utility switchgear room) Ethernet Switch 7 port with fiber optic port -1 ea. (NOB switchgear room) Ethernet switch 2 port with fiber optic port - 2 ea. (one at NOB switchgear room and other at GSO building data room) Ethernet Switch 8 port – 1 ea. (NOB switchgear room) Ethernet Switch 8 port – 1 ea. (BAS room) PART B Consulate General of The United States of America in Mumbai, India has switchgear Program Logic control and System in Siemens SIMATIC - S7-300 PLC and it is associated with Digital input and output modules. Its digital modules connected with Chiller breakers and Main Distribution Switchgear Breakers and NOB switchgear breakers. 2.0 SCOPE OF WORK. PART A The purpose of this SOW is to provide certified technician for successful completion of the following work at Consulate General of The United States of America in Mumbai, India. This entire work statement, each portion or step, applies to Power Monitoring and Control System for repairing and upgrading the existing system. The entire work includes, but is not limited to, the following: Upgrade the existing System Version to the latest one and replace the existing computer and necessary software with license. Communication connection checking with all existing device and configuration (Meter, Gateway). Provide interactive color-graphic platform (site plan, floor plan, Equipment elevation and Single line diagram) as in the existing system. View and analyzes captured wave forms. Display harmonic content through the 21st harmonic, minimum, and report total harmonic distortion. Investigate and correct Screen graphics and value scaling for generators screens. Recommendation on spare parts and consumables that needs to be stocked. Onsite 4 hours training on operational procedures and troubleshooting of devices and software system. Provide service laptop with all configurations and troubleshooting software with license Provide documentation of the information pertaining to the EPMS system i.e., IP address of all devices, COM port configuration information of all meters, and all parameters for serial communication devices. A comprehensive report and recommendation on overall status of Power Monitoring and Control System. PART B The purpose of this SOW is to provide certified technician for successful completion of the following work at Consulate General of The United States of America in Mumbai, India. This entire work statement, each portion or step, applies to Program Logic Control System for addition of Chiller #3 with existing PLC system. The entire work includes, but is not limited to, the following: Study of the existing system and application. Development of new configuration compatible with the existing one. Supply of products and panels as per agreed scope. Supervision of installation of new products at site. Programming and parameterization of new modules as per the system requirement. Commissioning and programming at site. Drawings and documentation. Operator and Maintenance training. 38 Case sequence of operation need to check and modified to new sequences. WORK STANDARDS This Statement of Work requires the Contractor to furnish and provide factory trained and certified, or equally qualified personnel, and engineering support to assess, inspect, test, and perform the repair and upgrade task for power monitoring and control system. The contractor shall furnish all tools and test equipment and properly supervise all site personnel who are trained and qualified to work this system. Additionally, contractor personnel, as applicable, shall be factory trained and certified to perform work. In lieu of factory certifications, contractor personnel who possess prior experience with working on and operating these types of equipment. If the contractor desires to supplement factory certifications with hands on experience, the contractor shall submit with their proposal personnel qualification statements describing the type of work performed, equipment worked, duration of work, references and any additional training certificates, licensure, etc. that support the proposed personnel qualifications documentation. Minimum qualification experience time is two (2) years. PROJECT COSTS AND TRAVEL Vendor are requested to quote on lump sum basic for the entire work that will cover all their expenses to perform this contract that should include air tickets, per diem, lodging & meal expenses, local transportation to and from site to hotel, shipping (for test equipment), labor, shipping as minimum and any other associated logistical cost. COMMENCEMENT OF TRAVEL TO SITE AND WORK Site visits proposed visit dates, and itinerary routing shall be provided as a work plan in conjunction with cost proposal. The contractors work plan must indicate a full schedule and note the workdays and travel days for site. The contractor shall under no circumstances incur any travel or other costs or begins the travel to the site or work at site until a security clearance is verified by Regional Security office and a signed purchase order is issued. Once all needed material is onsite, visit dates will be coordinated between Consulate personnel, contract COR and the contractor. The contractor will be asked to furnish the COR the traveling technicians flight itinerary and security information. Approval of travel has and will continue to be approved on a basis in writing by the CO, contingent on the following: Contractor personnel are required to report for work the same or next business day after completing travel (both outbound and inbound); The contractor shall plan travel schedules to include sufficient time to allow for rest stops either end route or at the destination. SITE RESTORATION The contractor shall ensure that all facilities receiving this work shall be left in a condition acceptable to the Facility Manager and COR. TRAINING The contractor shall train one or more embassy representatives in the proper operation and maintenance of the Power Monitoring and Control System software and field devices. Training shall be given until the representatives have an adequate comfort level with the unit’s operation and maintenance, not to exceed 6 hours. SAFETY Safety is the highest priority on this and all OBO/CFSM/FM projects. The contractor shall direct all of those under his charge to work safely. Regular safety meetings shall be held among on-site contractor personnel, and safety concerns shall be brought to the attention of the Post Safety and Health Officer (POSHO) and the COR. REQUIREMENTS AND DELIVERABLES The contractor shall provide one copy of a typed summary report within 30 days of site work statement completion. The report must be written in the English language. The report can be either hard copy or delivered electronically. Report to be delivered to the post’s Facility Manager and COR. The required deliverables are as follows: Narrative summary of site report that include all findings, repairs, or corrective measures, completed inspection and testing checklists. Completed repair, upgradation, testing and inspection form for Power Monitoring and Control System List of spare parts that Post need to purchase for maintaining the system. All final project closeout documentation and final invoice shall be submitted 30 days following completion of the Post visit. SECURITY REQUIREMENTS Personnel proposed for the site work should submit a Biographic Information Form after the contract is awarded. Vendor’s representative will be escorted upon entry at site. POINTS OF CONTACT On site contact: The following are the designated contact personnel between the Consulate General of The United States of America in Mumbai, India, and the Contractor COR Joseph Heffington - Facility Manager HeffingtonJW@state.gov PCO Dhiman Dinesh- Electrical Engineer DhimanDR@state.gov Post Control Officer (PCO) will be the contractor’s point of contact at the Consulate General of The United States of America in Mumbai, India All questions concerning coordination of service activities while at post shall be directed to the Post Control Officer, with weekly reporting to the COR: END OF SOW
Data sourced from SAM.gov.
View Official Posting »