MODIFICATION
J -- Repair/Rewind 7500 KVA Transformer
- Notice Date
- 1/2/2003
- Notice Type
- Modification
- Contracting Office
- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
- ZIP Code
- 62225-5015
- Solicitation Number
- F11623-03-Q-0002
- Response Due
- 1/6/2003
- Archive Date
- 1/21/2003
- Point of Contact
- Joe Pasqualucci, Contract Specialist, Phone 618-256-3001, Fax 618-256-2652, - Cindy Showers, Contract Specialist, Phone 618-256-9250, Fax 618-256-5237,
- E-Mail Address
-
joe.pasqualucci@scott.af.mil, cindy.showers@scott.af.mil
- Description
- The purpose of this modification is to include this additional STATEMENT OF WORK information and to answer one additional question. Question. Are the radiators on the side of the transformer detachable? Yes they are. FOR REPAIR/REWIND OF TRANSFORMER 1. Description of Work: The work consist of furnishing all labor, materials, services, supervision and equipment/crane necessary to accomplish, but not limited to, the following: tools and transportation to repair/rewind to ?like new? 7500 KVA transformer to include a no load tap changer and all components for proper operation in accordance with current National Electric Code and ANSI Standards. a. Contractor shall site verify any and all dimensions and/or existing site conditions prior to the commencement of work. b. Contractor shall comply with all applicable OHSA safety regulations including all applicable provisions of the Corps of Engineers Manual, EM 385-1-1, entitled ?General Safety requirements,? and Air Force regulations and directives pertaining to security, safety, fire, traffic, and personnel clearances insofar as they pertain to the contractor?s activities on Scott Air Force Base. c. Contractor shall brief all sub-contractors on all safety and fire prevention regulations, emphasizing the requirement to obtain a AF Form 592, Welding, Cutting, and Brazing permit, when welding, cutting, or brazing operations are to occur under this order. An AF Form 592 can be obtained from and approved by the 375th Civil Engineer Squadron, Fire Protection Flight (375 CES/CEF), ext. 256-5130. d. Scope of Work: 1.1 Contractor will provide a crane to load the transformer onto vehicle on both pick up and delivery and return and install transformer to original position. 1.2 External inspection shall be completed in order to insure shipping and/ or handling damage has not occurred. 1.3 The customer will remove existing oil and contractor will supply new oil and perform operational function test of transformer. 1.4 Perform preliminary diagnostic tests including TTR and Insulation Resistance (winding and core). 1.5 Visual inspection of components before removal of core & coil to verify problem is not just component related. 1.6 All components and accessories will be inspected and tested for proper operation and function. Malfunctioning components will be reported to the customer. 1.7 If tap changer or other components are found defective, customer will be advised as to replacement cost. Remove tap changer assembly from tank so core & coil can be removed. Visual inspect of the core & coil after removal. 1.8 Core and coil assembly will be removed and inspected. 1.9 Write an inspection report on the findings for the repair or failure if known. 1.10 New windings shall be designed based on optimizing transformer system performances under transient stresses such as fault forces, impulse transfer voltage and switching surges. 1.11 New copper primary and secondary windings shall be provided. 1.12 Oven dry out of the core and coil assembly. 1.13 Tank shall be sanded, cleaned, pressure tested and the outside painted light gray. 1.14 Provide and install new gaskets and bushings- 1.15 Provide and install new HV and LV leads, lead structure tubes, and HV lead ends. 1.16 Remove all copper 1 carbon, and contamination from the core steel layers- Provide new insulation between the core and core frame, 1.17 Rewind of all high and low voltage coils with new paper wrapped copper conductor Re-insulate with thermally up-rated epoxy diamond covered insulation. 1.18 Transportation cost to be included to and from the factory by the contractor. e. All documents related to the disposal of hazardous material must be supplied to this office and to the 375th Civil Engineer Squadron, Environmental Flight (375 CES/CEV), ext. 256-2092. The contractor must obtain the proper documents from 375 CES/CEV to ensure all material leaving Scott AFB can be tracked and accounted for, in accordance with all governing laws. 1 Field Conditions: The contractor shall be responsible for all field measurements to accomplish work. Quantity and sizes of materials shall be determined from site visits and sketches. The contractor shall carefully examine the entire site and building and shall make all necessary investigations to become thoroughly aware of the existing conditions and all difficulties involved in the completion of the work in accordance with the contract documents. 2 Cleanup: The contractor shall cleanup the work site upon removal to the satisfaction of the Contracting Officer. Upon completion of the work, all equipment and debris shall be removed from the site and the area shall be left in a neat and completely acceptable condition. 3 Specifications: All work shall be performed in strict accordance with the applicable AIA Master Specification, as well as all local, state, and national Building and Life Safety codes, Illinois Department of Transportation (IDOT) specifications, American Society for testing and materials (ASTM) specifications, Plumbing codes, and National Electric Codes (NEC). 4 Schedule of Material Submittals: N/A 5. The Contractor shall coordinate all work with the Contracting Officer or the designated Contract Construction Inspector (CECC). The Contractor shall notify the Contracting Officer or the Contract Construction Inspector five days prior to moving onto the work-site to commence work. He shall again provide notification the day he moves back to the work-site for installation after repair. A superintendent shall supervise all work. All work installed without the contractor?s superintendent on the project may be subject to removal at the direction of the Contracting Officer. 6. The Contractor shall obtain the Contract Construction Inspector?s approval prior to closing walls or performing tests. The request for such approval shall be given with sufficient advance notice to permit an inspection of the area before the work or test is accomplished. The contractor shall be permitted to continue the work or test, in strict conformance with the project drawing and specifications, in the event the Contract Construction Inspector fails to arrive at the project site at the designated time. The Contract Construction Inspector?s approval or inspection does not relieve the contractor of compliance with the project drawing and specifications. 7. The contractor shall employ a full-time superintendent during removal and installation. Full-time means during working hours, whenever contract work is being performed on site. The superintendents? duties shall include overall management of the project, coordination of subcontractor?s work, liaison with the Contracting Officer and Contract Construction Inspector, and supervision of the common construction items. 8. The Contractor shall provide the Contracting Officer with a 24-hour number or numbers where his authorized representative can be contacted at anytime day or night. 9. Upon completion of the work, all equipment and debris shall be removed from the site. The area(s) shall be left in an acceptable condition, approved by the Contracting Officer. 10. The contractor shall be permitted to use of utility services (water, electric, and sewer) from the government?s existing system outlets. Temporary utility connections shall be at the contractor?s expense and installation shall be subject to the approval of the Contracting Officer. Temporary connections to fire hydrants require prior approval from CEOIU (Civil Engineering, Operations-Infrastructure-Utilities), Building 528, to ensure the installation of a backflow preventer. The Contractor shall provide telephone and other services required for the work. If portable sanitary facilities are utilized said facilities are subject to the approval of the Contracting Officer as to the appearance, location, cleanliness, and maintenance. 11. The contractor shall submit written notification not less than five (5) workdays in advance for planned interruption of a utility service. No single interruption shall exceed eight (8) hours. Utility service interruptions shall not be permitted unless approved by the Contracting Officer. Service interruptions shall be accomplished at other than normal work hours if feasible. 12. The Contractor shall be responsible for any relocation of existing commercial utilities such as cable t.v., gas, telephone, etc. The Contractor shall contact said utilities and shall pay for all relocation costs. 13. The Contractor shall maintain all excavations, embankments, stockpiles, access roads, and all other work areas free from excess dust to such reasonable degree as to avoid causing a hazard or nuisance to base personnel or surrounding facilities. Approved temporary methods consisting of sprinkling, chemical treatment, light bituminous treatment or similar methods will be permitted to control dust. Dust control shall be performed as the work proceeds and whenever dust is a nuisance or hazard occurs. 14. After the work has been completed, any contractor caused damages to Government-owned structures, facilities, streets, curbs, walks, lawns, etc., shall be properly patched, repaired, or replaced to the complete satisfaction of the Contracting Officer. Any holes, cuts, breakage?s, and damages made in finished surfaces of the area in which work has been accomplished, shall be properly repaired and the disfigured areas then painted over or otherwise repaired and resurfaced in kind to match the existing finishes to the complete satisfaction of the Contracting Officer. 16. All materials and equipment to be removed by the contractor and not reinstalled or recycled under this contract, including debris generated by this project, shall be removed at regular intervals from the site and disposed of off-base by the contractor. Off-base disposal of materials shall be in conformance with applicable Federal, state, and local pollution regulations at the contractor?s expense. 17. All materials for the phase being worked shall be on hand prior to beginning construction, unless otherwise permitted by the Contracting Officer. 18. If applicable, the contractor shall, during the course of construction, keep an accurate record of as-built conditions. All variations from the contract drawings, for whatever reason, including those made because of the selection of optional materials, shall be clearly indicated. These variations shall be shown in the same general detail utilized in the initial contract drawings. The as-built drawings shall be maintained in a current condition during the course of construction, readily available for review by the Contracting Officer or the Construction Contract Inspector at all times. The as-built drawings shall be furnished to the Contracting Officer not later than ten (10) workdays after the final inspection date. As part of the as-built drawings a separate set of plans shall be marked-up showing areas containing existing/remaining asbestos containing materials and lead based paint and methods of encapsulation, if appropriate. 19. Where required by the other parts of the specifications, the contractor shall provide the Contracting Officer with specified number of copies of operation and maintenance instruction manuals. Manuals shall contain complete instructions on operating and maintaining the equipment, including piping and wiring diagrams. The manual(s) shall be assembled in book form having a cover indicating the contents by equipment or system name and project title. Manual(s) shall be submitted a minimum of ten workdays before the contractor conducts the on-site operation and maintenance instruction. If such instruction is not required by the other parts of the specifications, manual(s) shall be provided at the final inspection. 20. Where required by the other parts of the specifications, the contractor shall provide the Contracting Officer the specified number of copies of spare parts list. The lists shall provide the supply source, item description, and the price of all parts and shall be cross-referenced to equipment diagrams or pictures. Spare parts lists shall be assembled in book form and may be separate from or integral with the operation and maintenance instruction manuals. Spare parts lists shall be submitted with the related instruction manual(s). 21. The contractor shall provide the services of a qualified person, where required by others parts of the specification, to instruct government personnel in the proper operation and maintenance of the system. The instruction shall be in accordance with the procedures and methods recommended by the equipment manufacturer. The contractor shall schedule the on-site instruction with the Contracting Officer, but such instruction shall not occur until ten (10) days after the receipt of operation and maintenance instruction manuals. 22. There shall be a maximum 24-hour response time by the contractor on all mechanical and electrical warranty items installed under this contract and identified as either malfunctioning or inoperative after acceptance of the item. The contractor shall notify both the Contracting Officer or his designated representative and the Inspector of the date, place, and time that the contractor will be on location to determine the cause of the problem. Response time shall be defined as the time from when the Contracting Officer contacts the contractor until the time the contractor is present at the location of the equipment with the appropriate personnel to determine what the problem is and what is necessary to correct the problem or malfunction. Warranty items for mechanical and electrical equipment shall be defined as all equipment, components, appurtenances, and wiring to mechanical and electrical equipment and the labor and materials necessary to install the equipment, components, and appurtenances. Contractor shall provide their standard commercial warranty for installation and labor. Corrective Action shall be completed within five (5) workdays from the time the contractor visits the location of the malfunction or inoperative equipment. Where parts are required to correct a malfunction, corrective action shall be completed within five (5) workdays from the time parts are received. Failure to Respond. If the contractor fails to respond within the time frame indicated above, the government shall declare the contractor non-responsive and shall take all actions necessary to correct the problem with government resources. All costs incurred as a result of the government taking this action shall be properly accounted for and backcharged to the contractor. 23. The contractor shall provide all shoring as required in accordance with local, state, federal and OSHA requirements for excavations utilized for this project?s scope of work. All workers shall be protected from danger. Additionally all excavations shall be secured as necessary to prevent unauthorized personnel from entering the work site and/or excavations. 24. The contractor shall protect from damage all building contents located directly beneath or immediately adjacent to the site work, and shall repair, replace or otherwise be held liable for all such damage. Building contents include, but are not limited to, furniture, equipment, materials, or items of supplies. 25. If applicable to this order, the Contracting Officer reserves the right to reject or accept any or all of the proposed changes based on completeness, clarity, and other requirements of the plans and specifications. When the contractor requests approval of substitute materials and/or equipment, it shall be understood and agreed that such substitution, if approved, will be made without cost to the government, regardless of changes in connections, spacing, electrical service, and all other appurtenances. 26. If applicable, references in specifications to any brand name equipment or material shall be regarded as establishing a standard of quality and shall not be construed as limiting competition. The Contractor may submit proposed equal equipment and/or materials for Government consideration during the submittal process of the contract after award. 27. Materials containing asbestos, transformers containing PCB fluid, and the use of lead based paints or paints containing chromates are prohibited from use in the completion of this project. 28. In support of national environmental efforts, the Contractor shall recycle all ferrous and non-ferrous metals from the project. The Contractor shall also recycle general administrative refuse associated with this project. The refuse includes cardboard, one gallon mark 1 and 2 plastic bottles, type 1 and 2 plastic soda bottles, aluminum and steel soda cans, and mixed paper. All recyclable material shall be turned into the recycling center. The Base Recycling Center, Building 3286, on South Drive will accept these items Monday through Friday between the hours of 7:00 a.m. and 4:00 p.m. The Telephone number for the Recycling Center is (618) 256-6431.
- Place of Performance
- Address: Patriot's Landing Military Family Housing, Scott AFB IL
- Zip Code: 62225-5015
- Country: USA
- Zip Code: 62225-5015
- Record
- SN00233364-W 20030104/030103081954 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |