Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOURCES SOUGHT

J -- Chemical Injection Systems Maintenance Services at Various Locations, Oahu, Hawaii

Notice Date
9/19/2006
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, Acquisition 400 Marshall Road, Pearl Harbor, HI, 96860-3139
 
ZIP Code
96860-3139
 
Solicitation Number
Reference-Number-PR072306
 
Response Due
10/5/2006
 
Archive Date
10/6/2006
 
Description
This is not a request for either a quote or proposal, or an invitation for bid. The intent of this pre-solicitation synopsis is to identify potential offerors for Chemical Injection Systems Maintenance Services at Various Locations, Oahu, Hawaii. The work includes, but is not limited to, quarterly, semiannual and annual maintenance services and emergency response to maintain system reliability for the sodium hypochlorite generation and injection systems at five potable water stations, and the fluoride injection systems at two potable water stations operated by Naval Facilities Engineering Command, Hawaii. The Contractor shall maintain, repair, and alter facilities, systems, and equipment to ensure they are fully functional and operational. The Contractor shall perform maintenance for sodium hypochlorite generation and injection systems, and fluoride injection systems to ensure proper operation, to minimize breakdowns, and to maximize useful life. The work will consist of emergency service calls, and development and implementation of a maintenance program. The Contractor shall maintain current all facility maintenance data and warranty records. Specific work to be performed shall include, but not necessarily be limited to the following: Operational checks to include visual and aural evaluation as per manufacturers? specifications. Check general cleaning of electronic cabinets and high voltage components. Check electrical power supply, transformers, breakers and electronic terminals for signs of overheating or looseness. Tighten, replace or correct as necessary. Check fuses and fuse holders for signs of over heating. Replace as necessary. Verify operation of system safety switches to include all level and temperature switches. Review daily logs and alarm history on site. Consult with rover on duty regarding any operational issues that exist. Verify flow rate and settings for all injection pumps. Check electrical connections, breakers, fuses and wiring for variable speed drives (VFD) and pumps. Correct discrepancies as necessary. Report condition of injection system and identify current supplier of replacement injection pumping equipment to include the VFD and lead time for delivery. Check oil levels and condition of oil for signs of deterioration in pumps. Change oil in pumps if signs of deterioration are present. Dispose of used oil off site. Provide a backup copy of all Process Logic Controller (PLC) programs on removable media such as a compact disc (CD). Test water softeners? output for water hardness. The Contractor shall respond to emergency service calls and arrest emergent conditions to minimize and mitigate damage to facilities, systems, and equipment, and danger to personnel. The contract will require a Level 2 Site Safety and Health Officer who has minimum experience of three years of safety work on similar project, and successful completion of the 30-Hour OSHA Construction safety class or equivalent, completed within three years prior to the scheduled contract start date. Personnel working on the system shall have at least 6 years of experience on similar systems. Contractor maintenance and repair personnel shall be capable of performing the following: Design: Process logic controller (PLC) networks using Ethernet for in plant control. Control strategies. Control enclosure layouts. Program: PLC?s like Allen-Bradley, GE FANUC and Modicon using Ladder Logic. HMI software like Lookout, Cimplicity, iFix and Wonderware. Fabricate: Enclosures for PLC?s and remote terminal units (RTU?s). Instrumentation and control cabinets. Test: Test and calibrate all instrumentation. Test all I/O points at the PLC. Test the HMI points, alarms, reports and historical logging. The NAICS Code for this procurement is 811219 and the annual size standard is $6,500,000.00. The contract term will be a base period of one year plus four option years. The total term of the contract, including all options, will not exceed 60 months. If you are capable of performing the work, and can meet the safety and other qualification requirements, please respond no later than October 5, 2006 indicating 1) capability to perform the services and 2) your size status (i.e., small business, 8(a), HUBZone, or service disabled veteran owned small business (SDVOSB)). Based upon the responses received, the Government will determine the set-aside method for the procurement. This is a sources sought announcement and is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or ultimately award a contract. This Sources Sought Synopsis is not a Request for Proposal (RFP); it is a market research tool being utilized to determine the availability of sources prior to issuing an RFP. If issued, the solicitation will utilize source selection procedures, which require offerors to submit technical and price proposals. Submit response via e-mail to julie.shimoda@navy.mil.
 
Place of Performance
Address: Pearl Harbor, Hawaii
Zip Code: 96860-3139
Country: UNITED STATES
 
Record
SN01148457-W 20060921/060919221421 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.