Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 02, 2008 FBO #2319
SOLICITATION NOTICE

N -- Unique Integrated manufacture, TEMCO transport, installation, removal,certification of NINE (9) Teledyne Model 560 Opacity Monitors having compatible configuration interface with existing Teledyne

Notice Date
3/31/2008
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-08-R-0017
 
Response Due
4/7/2008
 
Archive Date
4/22/2008
 
Point of Contact
William Callaway, Contract Specialist, Phone (937) 522-4539, Fax (937) 656-1412, - William Callaway, Contract Specialist, Phone (937) 522-4539, Fax (937) 656-1412
 
E-Mail Address
william.callaway2@wpafb.af.mil, william.callaway2@wpafb.af.mil
 
Description
1. Intended Award. This Public Notice about soliciting from a single source for a sole source acquisition greater than the simplified acquisition threshold of $100K is published for informational purposes only. This Public Notice identifies Teledyne equipment configuration specifications and exclusive licensing agreement for integrated TEMCO installation of Teledyne manufactured equipment compatible with the opacity monitor infrastructure existing at Wright-Patterson Air Force Base, OH are required for this solicitation. The Government intends to acquire integrated manufacture, delivery, removal, installation and certification of nine Teledyne Model 650 Opacity Monitors for 180 days. Because there is no competition for this award, Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b) (2, FAR 6.302-1(a) (2), FAR 15.403-3 and FAR 15.408. The proposed source is small business TEMCO, 112 Commerce Blvd, Loveland, OH 45140-7727. No competition exists for Teledyne opacity monitors in Ohio because TEMCO is exclusively licensed to sell and install Teledyne manufactured equipment in Ohio and Kentucky. This notice of intent is not a request for competitive quotations; however, the Government will consider all quotations/ responses electronically received within five (5) calendar days of the issuance of this Public Notice. A determination by the Government not to compete this proposed award, based upon responses to this notice, is solely within the discretion of the Government. Information electronically submitted in accordance with below instructions will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government shall not pay companies for any responses submitted. 2. Instructions for submitting Electronic Information: Email responses shall identify and attach copies of current Commercial Catalog Price Lists for similar opacity montitors installed for cities, universities and power companies throughout Ohio and Kentucky. Email responses shall not be sent as an executable file (.exe) or as a zip file (.zip) because information technology security systems of WPAFB computers do not allow receipt of such files. Solicitation summarizes specifications in a certified purchase request. The not later than due date is 5 days after this is posted (advertised) on FedBizOps. Applicable U. S. Department of Labor Codes are manufacturing NAICS Code 334533 with size standard 500 employees and NAICS Code 6665 Hazard-Detecting Instruments and Apparatus/SIC Code 9511 Air & Water Resource Waste Management. Send all responses addressed to: william.callaway2@wpafb.af.mil. 88th CONS/PKPB, 1940 Allbrook Drive Room 109, WPAFB, OH 45433-5309. Reach Mr. Callaway at phone (937)522-4539 and FAX 937-656-1412. 3. Instructions To Offerors (ITO): To be considered eligible for this award all offerors shall comply with FAR Provision 52.212-3 and have active DUNS, CCR, ORCA Representations Certifications, Tax ID Number registered with DFAS Columbus for electronic invoicing and payment requests (Wide Area Work Flow, WAWF). 4. GOVERNMENT SPECIFICATIONS: INTEGRATED REMOVAL OF NINE DISCONTINUED TELEDYNE CONFIGURED MODEL 500c/550 OPACITY MONITORS AND MANUFACTURE, INSTALLATION, AND CERTIFICATION OF NINE TELEDYNE MODEL 560 CONTINUOUS EMISSION MONITORS FOR BOTH HEAT PLANT FACILITIES, WRIGHT-PATTERSON AIR FORCE BASE (WPAFB), OH 88 ABW/CEVY, DATED MARCH 21, 2008 1.0 PREAMBLE ABOUT ACQUIRED UNIQUE SUPPLIES/ANCILLARY SERVICES: This specifies unique commercial supplies/services to remove and replace nine (9) Teledyne opacity monitors (serial number controlled) with 9 new Teledyne opacity monitors and associated equipment at each heat plant at Wright-Patterson Air Force Base (WPAFB) Ohio. Acquisition costs and mission performance risks prohibit replacing existing Teledyne equipment infrastructure with non-Teledyne opacity monitors. This specifies WPAFB technical requirements inherent with buying nine (9) non-national stock numbered commodity items. Acquired commodity items are equipment identified as Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (North American Industry Classification System, NAICS 334513. Only one company, TEMCO, has integrated capabilities required to achieve WPAFB specifications and delivery schedule requirements. Only TEMCO, a small business, has sufficient integrated capabilties to achieve WPAFB requirements because the Original Equipment Manufacturer of all Teledyne opacity monitors has designated TEMCO to be the exclusive sales and installation representative for all Teledyne equipment sold in significant quantities to cities, universities, and power compainies through out Ohio and Kentucky. 2.0 SPECIFICATIONS AND DELIVERY SCHEDULE FOR UNIQUE SUPPLIES/ ANCILLARY SERVICES: Supplies/services to be acquired are nine unique Air Force commodity items because only the Original Equipment Manufacturer (Teledyne) manufactures Teledyne Model 560 opacity monitors and associated equipment which are compatible with existing opacity monitors at WPAFB. Teledyne opacity monitors used in each coal-fired heat plant are unique to WPAFB because WPAFB is the only air force base that uses opacity monitors to record pollution control compliance with U.S. EPA regulations. Only WPAFB requires integrated manufacture, installation, removal of nine (9) Teledyne opacity monitors, compliance certification, initial consumable materials and repair parts. The 36 month repair warranty will sustain tailored quality control over the existing WPAFB measurement process of 6 Teledyne opacity monitors configured for Facility 31240 and 4 Teledyne opacity monitors configured for Facility 20070. Further Teledyne has authorized only TEMCO to sell and install all opacity monitors that achieve herein delivery schedule. This delivery schedule identifies Not Later Than (NLT) completion of all CEVY specifications Government acceptance in terms of weeks after award date (WAAD). Delivery Schedule Line Item # Unit Item Description, FOB Destination to Job Site at WPAFB IAW CEVY Specifications Quantity of Units Weeks After Award Date (WAAD) 0001 Manufacture and Delivery of Six Teledyne Model 560 Opacity Monitors 6 each 13 0002 Manufacture and Delivery of Three Teledyne Model 560DI Opacity Monitors 3 each 13 0003 Integrated Removal & Installation of 9 Teledyne Opacity Monitors 9 each 17 0004 Field Certification Test & Ancillary Reports to EPA for 3 Opacity Monitors recorded IAW Title 40, Part 60 of Section 60.8, Code of Federal Regulations 3 each 26 0005 Warranty Field Team Site Survey, Heat Plant Start Up Inventory: Initial Quality Control Process consumable parts/ materials, repair spares. 9 each 13 3.0 PROJECT OBJECTIVE: Wright-Patterson AFB (WPAFB) is classified as a major source of air pollution under the Clean Air Act Amendments of 1990 (CAAA) because of coal particulate emissions from two base heating plants. The base Title V Operating Permit requires WPAFB to continuously monitor coal emission opacity from four smoke stacks at heat plants, Facilities 770 and 1240. These two coal-fired heat plant facilities provide heat to over 300 buildings in three areas of WPAFB (Area A, B, and C). Both heat plants operate continuously, 24 hours per day and 7 days each week for 9 months each year. These two facilities rely on automated opacity reading systems that use a total of ten (10) automated Teledyne Continuous Coal Emission Monitors (CEMs) to monitor coal-fire particulate emissions (air pollution) from Buildings 770 and 1240. The system in Building 770 uses four CEMs, the Building 1240 uses six CEMs. Both coal-fire heat plants use fabric filter bag-houses to reduce air pollution from WPAFB. Maintenance of all ten CEMs is performed quarterly as required by the CAAA under a separate contract. 3.1 Building 770 ? Serial number equipment items of the automated opacity reading system at Building 770 1240 (Teledyne configured infrastructure) records continuous air pollution readings by way of three boiler management monitors (Teledyne Model 550 CEMs). These three Teledyne Model 550 CEMs, are located on exhaust ducting after the cyclones but before the economizers. EPA compliance readings of the single smoke stack are recorded by way of one Teledyne Model 560 CEM. This single Teledyne Model 560 CEM is located on the exterior duct leading to the single smoke stack. 3.2 Building 1240 - Serial number equipment items of the automated opacity reading system at Building 1240 (Teledyne configured infrastructure) records continuous air pollution readings by way of three boiler management monitors (Teledyne Model 550 CEMs) and three Teledyne Model 550 CEMs used for EPA compliance readings from three smoke stacks. The boiler management monitors, three CEMs, are located on the exhaust ducting after the cyclones but before the economizers. EPA compliance CEMs are located outside on the first platform of each of three smoke stacks. 3.3 The contractor shall remove nine (9) serial numbered Teledyne Model 550 CEMs. The contractor shall manufacture and install new model Teledyne CEMs to replace all serial numbered CEMs except the existing Teledyne Model 560. 4.0 CONTRACTOR PROVIDED SUPPLIES/SERVICES: 4.1 Removal - The contractor shall furnish all labor, material and equipment necessary to remove nine (9) existing CEMs. The contractor shall leave any parts or structures that can safely be used with the new installation. 4.2 Installation ? The contractor shall furnish all labor, material and equipment necessary to install nine (9) new Teledyne Model 560 CEMs. The model should be the most current available to perform continuous opacity monitoring at stoker-coal fed boiler plants. 4.3 Certification ? The contractor shall conduct performance testing on the three CEMs installed on the smoke stacks at Bldg. 1240 as required in Title 40, Part 60, and Section 60.8 of the Code of Federal Regulations. The contractor shall submit a report ready for submission to the Environmental Protection Agency based on the results of the performance testing. Documentation of these tests shall be submitted to 88 ABW/CEVY, Attention: Air Quality Program Manager, Bldg. 89, Room 5, 5490 Pearson Road, Wright-Patterson Air Force Base, OH, 45433-5332. 4.4 Normal Duty Operations. Are during normal duty hours of operations for the 88 Civil Engineer are 0730 ? 1600, Monday through Friday. 4.5 Non-duty Hour Emergencies and Base Closures. When the base commander orders the base to be closed to non-mission essential employees, named contractor employees shall remain on call and available to perform mission essential services. 4.6 Warranty Provisions for TLM provided Field Maintenance Services: All warranty provisions shall comply with DELIVERY SCHEDULE AND NOT LATER THAN (NLT) Performance Period. Entire project shall be completed not later than 180 days (26 weeks) after the award date for all Serial Number Equipment Line Items. Upon final Government acceptance the contractor shall deliver to the Government all pertinent warranty certifications detailing item description, model number, and serial number of each opacity monitor. All warranty provisions shall comply with statutes and Federal Acquisition Regulations (FAR) that implement applicable Federal statutes and provisions of the Commercial Limited Warranty Limited Warranty for Teledyne Monitor Labs Incorporated (TML) Products that do not contradict Federal statutes and FAR clauses applicable to this award. Before the award date both parties established written consumable materials and initial spare repair parts that comply with Government Specifications. The contractor warrants that all such products, except consumable and fragile materials, properly stored and applied, will be free from defects in material and workmanship for a time period not to exceed 36 months after final acceptance of contractual lines items. 5. LOCATION OF BOTH HEAT PLANT FACILITIES (BASE WORK SITES) AND INSTRUCTIONS TO CONTRACTOR 5.1 Both base work sites are located less than five miles from each other on and near the three distinct areas of WPAFB. The base is divided into three distinct areas: Area A, Area B, and Area C. Areas A & C are divided from Area B by State Route 444. 5.2 Workload Management Requirements - The Technical Representative of the Contracting Officer and Government Acceptor including approving official of billed invoices is the Environmental Division Air Quality Program Manager and Project Manager for this contract David P. Duell, 88th ABW/CEVY). 5.3 Notification Requirements ? The building on-site supervisor in charge of work at the respective heat plant shall be required to notify the plant representatives when any problems other than what is specified in the CONTRACTOR PROVIDED SERVICES/MATERIALS are encountered before the contract begins to do work. The authorized plant representatives are: Building 770: Mr. William Livesay Office (937) 255-0771 88 ABW/CEMWH Cell Phone (937) 657-2338 Fax (937) 257-0772 Building 1240: Mr. Kenneth Ferguson Office (937) 257-7360 88 ABW/CEMPH Cell Phone (937) 657-8617 Fax (937) 257-5215 5.4 Work Site Visits - The contractor shall become thoroughly familiar with all details of the work and working conditions, verify necessary dimensions in the field, and advise the Contracting Officer of any discrepancies before performing any work. The work areas will remain occupied by Government personnel during site testing. 5.5 Safety Requirements ? The contractor shall follow normal safety practices while performing work at either of the heating plants. 5.6 Fire Protection - The contractor shall obey all requirements of the National Fire Codes and Air Force regulations as they relate to the work. The contractor shall not do any welding or use any flame apparatus without obtaining clearance from the fire inspector. The fire inspector may be contacted by phone at 257-6933. Notify the fire inspector 24 hours in advance of the intended use of any flame apparatus. When using flame-producing equipment, the contractor shall provide fire protection devices, such as non-combustible coverings and fire extinguishers, as directed by the fire inspector. Fire emergencies shall be reported by dialing 911 using on-base telephones or 257-9111 for cellular or off-base telephones. 5.7 Coordination at Work Sites - The contractor shall coordinate activities performed on the base with 88th ABW/CETM and either 88 ABW/CEMPH or CEMWH, as appropriate. Work sites shall remain open to Government personnel for normal WPAFB operations. 5.8 Damages - Damages of any nature caused by this work shall be repaired or replaced at no expense to the Government. If the contractor does not satisfactorily repair or replace the damaged property, the Government reserves the right to make the necessary corrections. The contractor shall reimburse the Government for damages directly or indirectly attributed to work being accomplished by themselves or any subcontractors and for all materials and labor used for corrections. 5.9 Daily Clean Up - The contractor shall keep the work area clean of all debris on a daily basis or more often as required. The contractor shall keep storage areas clean and orderly at all times. The contractor shall dispose of combustible wastes at the end of each work day and under no circumstances allow them to accumulate. 6.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 6.1 Government Furnished Property (GFP) - No GFP shall be provided during this project. 6.2 Government Furnished Services - No government furnished services shall be provided during this project. 6.3 Protection of Government Property and Personnel - The contractor shall: 6.3.1 Conduct work so that government property and personnel, other personnel, and work sites shall be protected at all times from damage of any nature or injury caused by this work until the completion of contractual work. 6.3.2 Accomplish work in accordance with provisions of all Federal, State, and Standard Safety Codes for parts of base safety and fire prevention, Air Force regulations, FAR Clause 52.237-2, AFFARS 5352.223-9001 and such other measures that may be deemed applicable by the base Ground Safety Office. The Air Force project inspector will assist in matters of safety to ensure compliance with all contract safety requirements. If welding or torch cutting is required, the contractor shall contact the Fire Department (937-257-4075) one week prior to the work. 7.0 SECURITY REQUIREMENTS FOR ACCESS TO BASE WORK SITES 7.1 Work Site at Building 770 ? This work site on Kauffman Avenue of Fairborn, OH is identified as part of Base Area B. This work site is readily accessible from Kauffman Avenue because it is not contained within the secured portion of WPAFB. 7.2 Work Site at Building 1240 ? This work site on Oak Street of Fairborn, OH and is identified as part of Kittyhawk in Base Area C. Access to this work site is controlled by the 88th Security Forces Squadron (SFS) and access is restricted through Gate 38C. Because this is within the secured portion of WPAFB all employees and vehicles entering Area C are required to obtain driver (base-access) identification cards from the Pass & ID Section of the 88th ABW/SFS. 7.3 Vehicle Registration Passes - The contractor shall obtain vehicle driver identification cards which may be obtained Monday through Friday from 0730 to 1600 hours in Building 286, Base Area A. Within seven days of the award date, the contractor shall mail three signed original letters (blue ink signatures) on company letterhead that identify driver names and Social Security numbers of employees requiring access to WPAFB to: 88 CONS/PKPB Attn: Ms. Cathy Doyle Bldg. 1 1940 Allbrook Drive Ste. 3 Wright-Patterson Air Force Base, OH 45433-5309 7.4 Access to Specific Base Work Sites -Government authorized work shall be performed for these two work sites: Building 770 and or Building 1240, Wright-Patterson AFB, OH, 45433. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-08-R-0017/listing.html)
 
Place of Performance
Address: Area B Heat Plant #20770 and Area C Heat Plant #31240/ Wright Patterson Air Force Base/ OH
Zip Code: 45433-5332
Country: UNITED STATES
 
Record
SN01545352-F 20080402/080401073011 (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.