SOLICITATION NOTICE
J -- Generator Maintenance Service, Bldg 525, Basement, U.S. Army Corps of Engineers, Pacific Ocean Division and Honolulu Engineer District, Emergency Management Division, Fort Shafter, HI
- Notice Date
- 9/3/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811118
— Other Automotive Mechanical and Electrical Repair and Maintenance
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Honolulu, Attn: CEPOH-CT, Building 230, Fort Shafter, Hawaii, 96858-5540
- ZIP Code
- 96858-5540
- Solicitation Number
- W9128A-08-T-0033
- Archive Date
- 9/26/2008
- Point of Contact
- Linda Oshiro,, Phone: 808-438-8572
- E-Mail Address
-
linda.n.oshiro@usace.army.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, Honolulu District, is issuing a combined synopsis/solicitation for services in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Contractor shall provide all management, labor, supervision, materials, equipment, parts, transportation, and any incidental services requirement to provide 12 months of maintenance service to one (1) Caterpillar, Standby System 125 Kw Diesel Generator unit located in the basement of Bldg 525 serving the U.S. Army Corps of Engineers, Pacific Ocean Division (3rd Floor, Mauka End of Bldg 525) and U.S. Army Corps of Engineers, Honolulu District (2nd Floor, Room 201). The period of performance is one year from award date. This is a commercial service firm fixed price purchase order. Only one award shall be made. Requests may be faxed to Linda Oshiro 808-438-8588 or emailed to linda.n.oshiro@usace.army.mil. No telephone request will be accepted. All requests shall include the solicitation number, W9128A-08-T-0033, your company's name and address, a point of contact, telephone number, facsimile number, email address if available, Taxpayer Identification Number, Cage Code and DUNS number. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. 1. Solicitation Number: W9128A-08-T-0033 is issued as a Request for Quotation (RFQ). 2. A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-32. 3. This procurement is set-aside for small business. The NAICS code, SIC code and size standard for this procurement are 811118, 5084, $7.0M. 4. Contract Line Items: CLIN 0001 - Contractor shall furnish all necessary management, labor, supervision, materials, equipment, parts, transportation, and any incidental services to perform work in accordance with the Scope of Work entitled "Generator Maintenance Service, Building 525, Basement, U.S. Army Corps of Engineers, Pacific Ocean Division and Honolulu Engineer District, Emergency Management Division, Fort Shafter, HI", dated 28 August 2008. 12 MO @ $_________. CLIN 0002 - Semi-Annual (Transfer Switch Testing) see Scope of Work. 1 LS @ $________. CLIN 0003 - One Year or 250 HRS (whichever comes first) see Scope of Work. 1 LS @ $________. CLIN 0004 - Remedial/Emergency Services, see Scope of Work. 1 LS @ $_________. CLIN 0005 - Replacement Parts, see Scope of Work. 1 LS @ $__________. 5. Period of performance: one year from date of award. 6. A statement that the provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 7. A statement advising offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. 8. A statement that the clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. 9. Offers are due: 11 September 2008 Time: 2:00 p.m., Hawaiian Standard Time Place: U.S. Army Corps of Engineers, Honolulu Engineer District, ATTN: CECT-POH-S, Fort Shafter, Hawaii 96858-5440 Email Offer Authorized: linda.n.oshiro@usace.army.mil Fax Offer Authorized: (808) 438-8588 10. Point of Contact: Linda Oshiro 808-438-8572, linda.n.oshiro@usace.army.mil 11. Scope of Work: SCOPE OF WORK, GENERATOR MAINTENANCE SERVICE, BUILDING 525, BASEMENT, U.S. ARMY CORPS OF ENGINEERS, PACIFIC OCEAN DIVISION AND HONOLULU ENGINEERS DISTRICT, EMERGENCY MANAGEMENT DIVISION, FORT SHAFTER, HI dated 28 August 2008. 1. SCOPE. Furnish all necessary management, labor, supervision, materials, equipment, parts, transportation, and any incidental services required to provide 12 months of maintenance service to one (1) Caterpillar, Standby System 125 Kw Diesel Generator unit located in the basement of bldg 525 serving the U.S. Army Corps of Engineers, Pacific Ocean Divisoin (3rd Floor, Mauka End of bldg 525) and U.S. Army Corps of Engineers, Honolulu District (2nd Floor, Room 201). 2. MAJOR TASKS. a. PREVENTIVE MAINTENANCE: Provide monthly maintenance service using skilled maintenance personnel to perform the following during normal duty hours, 7:00 am through 4:00 pm, Hawaiian Standard Time (HST), Monday through Friday: (1) Monthly Services: (a) Clean and lubricate unit in accordance with manufacturer recommendations. (b) Check and maintain coolant and cooling system (c) Check and maintain air system (d) Check and maintain fuel system (e) Check and maintain exhaust system (f) Replace worn and/or deteriorating parts, i.e. belts, valves, fuses, etc. (g) Refuel tank to maintain fuel level with manufacturer’s recommended “Diesel Fuel; (2) Semi-Annually Services: Transfer switch testing; (3) Yearly or 250 Hours whichever comes first: (a) Replace filters, (b) change oil. b. Parts: The equipment parts described above will be examined, lubricated, adjusted, repaired, and/or replaced by the Contractor. Lubricants used in the maintenance of the generator shall be of the grade recommended by the manufacturer. c. Remedial/Emegency Services:: Upon notification, Contractors shall respond to a trouble call within 2 hours of notification, 7-days a week, 24-hours a day and provide an on-site maintenance personnel to restore the generator to its normal safe operation condition. (1) Contractor shall contact the Contracting Officer Representative (COR) before any Emergency Service(s) is performed to restore the generator to its safe operational condition. The COR is the designed authorized representative of the Contracting Officer. Contractor shall provide the COR with a written statement within two (2) days after inspection of the required repairs and replacement parts in sufficient detail so as to provide a basis to make a cost survey, i.e. whether it is more cost effective to purchase a replacement or repair the equipment. The Not-To-Exceed (NTE) amount of $500, a written quotation by the Contractor and to include labor and replacement part(s) shall be approved by the Contracting Officer or their designated representative. A copy of the written approval granted by the Contracting Officer or their designated representative for the emergency service(s) not exceeding $500 must be provided to CEPOH-CT-S one (1) day after the work has been accomplished. Any work performed by the Contractor without expressed written approval or consent form the Government shall be at the Contractor’s own expense. (2) The Contractor shall provide the COR with the date and time of emergency remedial service(s) and two (2) copies of the breakdown cost of labor and part(s) for any emergency service(s). 3. Safety Requirement: Contractor is required to submit an Accident Preventive Program Administrative Plan (POD Form 248-R (REV) 1 Jun 98) and an Activity Hazard Analysis (POD Form 184-R (REV) 22 Apr 91) in accordance with the latest version of the EM 385-1-1, U.S. Army Corps of Engineers Safety and Health Requirement Manual. http://www.usace.army.mil/net/usace.-docs/eng-manuals/em385-1-1-/toc.htm. All forms shall be submitted to the U.S. Army Corps of Engineers, Safety Occupational Health Officer or COR for review and acceptance. The Contractor shall not perform work until the Government has accepted the Accident Prevention Program Administrative Plan and Activity Hazard Analysis. SAFETY OFFICE ADDRESS AND POINT OF CONTACT: U.S. Army Corps of Engineers District, Honolulu Safety & Occupational Health Office, ATTN: Mr. Jeff Cochran (CEPOH-SO), Fort Shafter, Hawaii 96858-5440, Telephone Number: (808) 438-1316. 4. Government Point of Contacts: Kenneth Santiago, Logistics Delivery Point, Telephone number (808) 438-1312, Cell at (808) 330-9080 or Victoria Cleaver, POH Emergency Management Office, Telephone (808) 438-1011. 5. Performance of Services: The Contractor shall notify the COR at the Emergency Management Division, tel3ephone number (808) 438-1011, two (2) days prior to commencement of maintenance service. The COR shall notify the building occupant of the scheduled maintenance service. 6. Payments: Contractor shall submit invoices on a monthly basis to Finance Office, ATTN: CEFC-FP, 5722 Integrity Drive, Millington, TN 38054-5028. Payment will be made according to the payment clause, FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (Oct 2003).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eba8c384e87f33093aca9812a8d27426&tab=core&_cview=1)
- Place of Performance
- Address: U.S Army Corps of Engineers, Bldg 525, Basement, Pacific Ocean Division and Honolulu Engineers District, Emergency Management Division, Fort Shafter, Hawaii, 96858-5440, United States
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN01657755-W 20080905/080903222324-eba8c384e87f33093aca9812a8d27426 (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 |