SOURCES SOUGHT
J -- IMPLEMENTATION MAINTENANCE OPERATIONS OF CENTRAL PROCESS SYSTEMS IMOC
- Notice Date
- 10/15/2008
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
- ZIP Code
- 44135
- Solicitation Number
- NNC09ZCH001R
- Response Due
- 10/27/2008
- Archive Date
- 10/15/2009
- Point of Contact
- Angel L. Pagan, NAIS Manager, Phone 216-433-2791, Fax 216-433-5489, />
- E-Mail Address
-
angel.l.pagan@nasa.gov<br
- Small Business Set-Aside
- 8a Competitive
- Description
- NASA Glenn Research Center is hereby seeking information about qualified 8(a) firmscapable of performing as the prime contractor for Implementation, Maintenance, Operationof Central Process Systems(IMOC)contract for the National Aeronautics and SpaceAdministration (NASA), Glenn Research Center (GRC), Cleveland, Ohio. As part of thisPerformance Work Statement (PWS), the Contractor shall provide operations, maintenanceand implementation of tasks for the Central Process Systems, collateral equipment, andother related functions as described herein. These activities shall emphasize supportingthe research (aeronautical and space) missions of GRC in a safe, reliable, and timelymanner, with minimum disruptions to the Center operations.This contract is for the operations, maintenance and implementation of tasks for thesystems and equipment that support the Mission research and development functions of theCenter. The systems and equipment to be maintained under this contract are housed invarious buildings as listed below. The building names are provided for information andclarification only. Institutional-type building maintenance is not required under thiscontract. - Central Control Building (CCB); Building # 143- Central Air Equipment Building (CAEB); Building # 64- Engine Research Building (ERB); Building # 5, 23, 24, 37 & 38- Variable Frequency (VF); Building # 23- Cooling Towers (CT); CT 1 & 4 (Building 9), CT 3 & 6, CT 5 - Substations Controls (SUB Control Equipment only)- Exhauster 38 & 39; Building #114Central Process Systems (CPS).The various aeronautical research test beds, platforms,or facilities at the GRC conduct real time testing of jet engines, engine componentsand other related systems. To replicate the conditions encountered in flight, high speedand/or high altitudes, GRC utilizes very large air compressors. To simulate speed, somecompressors produce air pressures ranging from 40 to 1250 psig. Other compressors,called exhausters, create vacuum conditions that simulate altitudes up to 90,000 feet. For this reason GRC research is dependent upon a reliable source of air, distributed atmultiple locations, pressures, temperatures and dew points. The CPS consists of standardequipment on a very large scale including air preconditioning equipment to dry, heat andcool air; compressors; hydraulic systems; cooling towers; variable frequency high voltagepower systems;centralized computer controls and a variety of other components. Thespecialized systems and equipment that produce and distribute these products are part ofthe CPS infrastructure to be operated, maintained, repaired, and modified under thiscontract.Substation Controls. Twelve (12) substations and their associated breakers arecontrolled and monitored by Government personnel in Building 143. The Contractor shallperform maintenance on all instrumentation and control devices that interface with theCentral Process Distributed Control System(CPDCS) required for these substations and itsassociated control equipment.The Contractor shall manage the total work effort associated with Central Process SystemOperations, Maintenance, Repair, Implementation of Tasks, and all other services requiredherein to assure successful and timely completion of services in this contract. Includedin this function are the full range of management and administrative responsibilities.Operations includes console and equipment operations functions, watch-standing, tending,end-to-end troubleshooting or attendance type work requiring the presence of qualifiedpersons to perform specific duties during a specific or scheduled time period. Operations personnel shall be qualified as a Field Equipment Operator (FEO), FieldConsole Operator (FCO) and/or Senior Console Operator (SCO). Each shift of operation ineach building shall contain one SCO as a minimum during operation along with the requiredFEO and FCO. Operations includes equipment and system pre-run checkout and setup, start,control, monitoring, end-to-end troubleshooting, shutdown, post-run checkout, andsecuring of the equipment following shutdown, and Operations Corrective, Maintenance andRepair (OCMR) of the auxiliary, ancillary and distribution systems. Troubleshootingconsists of finding a problem with the operator console and everything in between all theway to the field device. A correction of equipment problems, malfunctions, breakdowns,and related repair deficiencies that occur and which may effect scheduled researchoperations, shall be considered as part of Operations.The Contractor shall make everyattempt to trouble shoot and resolve issues utilizing their staff, when problems aregreater that their ability to correct, the Contractor shall be permitted to contact theappropriate engineers within the Facilities Division for trouble shooting and engineeringsupport; this activity shall also be considered part of operations. The Contractor shallperform work in accordance with the operations and maintenance manuals, procedures andmanufacturers literature.The Contractor shall be responsible for total operations of all the equipment associatedwith the Central Process Systems except the Central Air and Electrical Power DispatchingOperations. The Contractor shall perform all aspects of equipment operations, includingbut not limited to, pre-run check-outs, configuring the required equipment, routing thenecessary valves under its control, issuing and removing permissive, starting,controlling, monitoring, end to end and securing the CPS equipment. The Contractor shall operate the following: 10 psig Refrigerated Air Systems and Expanders (TE-3,4,5 & 6), 40 psig Air Compressors (C-1,2,10,11,12,13,) 150 psig AirCompressors (C-3,7,16 & 17), 450 psig Air Compressors (C-4,5 & 18), 1250 psig AirCompressor (C-6), 125 psig Service Air Compressors (SA-20,21,22,23), the AltitudeExhausters (DE-7,8,9 & 10, E-38, 39,40,41,42,43,44,45,46 & 47), Atmospheric Blowers(AEF-19 & 20), the Variable Frequency Power System (Converters C,D,E,F,G,H,J,K,L & M) andthe Cooling Towers (CT 1, 3, 4, 5 & 6). The Government may modify/add/delete systems inthe future.In addition the Contractor shall operate all the auxiliary and/or ancillary systemsassociated with the equipment identified such as, but not limited to, oil and hydraulicsystems, exciter sets/excitation units, High and Low Voltage electrical systems and/orswitchgear, Cooling Tower Water systems, and de-watering systems. The Government willoperate, control and monitor all the valves associated with the Central Air DistributionNetwork (CAD) and associated breakers associated with the High Voltage DistributionSystems (ED).The Contractor shall be responsible for day to day operation of the Central Process DCShardware. This includes the ability to troubleshoot and identify problems with thecomputer/network hardware such as the DEC Alpha, IBM PC-compatibles, Bridge Controllers(BRC), Programmable Logic Controllers (PLC), PLC I/O, Compressor Control Corporation(CCC) Controllers, Solid-State Exciters, Static Frequency Converters (SFC),Uninterruptible Power Supplies (UPS) and software including operating systems, networkingprotocols, languages and database management systems such as VMS, UNIX System V, MS-DOS,MS Windows, TCP/IP, DECnet, NETBIOS, BASIC, Visual BASIC, C, SQL, dBase III+ andcompatibles, Function Code Software, Batch 90 software, C utility program (FDI),human-machine interface graphics display software, PLC software and other hardware andsoftware added during the life of the Contract. The Contract shall be responsible forcorrecting all hardware related problems. The Contractor shall notify the appropriateFacilities Division personnel to correct all software related problems identified duringtroubleshooting. The Contractor shall provide the necessary labor, material and equipment to complete theinstallation, implementation, and testing for all work assignments. The Contractor shallalso be responsible for purchasing all hardware and materials required to implementtasks, including purchasing all supplies to maintain and operate the CPS system,including spare parts. The Contractor shall be responsible for providing electrical,mechanical, and controls type work related to the CPS. The Contract shall follow all FARrequirements. The Contract shall not alter any hardware or equipment without the approvalof the appropriate Facilities Division personnel. The Contractor shall be allowed toreplace defective parts found during the troubleshooting process with like kindcomponents.The Contractor shall prepare all work implementation documents, including but not limitedto, Safety Permits, individual task Health and Safety Plans, task estimates, schedules,completion reports, red-lined drawings, and other related documentation. The Contractor shall perform preventive maintenance, inspections, calibrations, repair onall CPS related systems requirements as stated in the Work Order issued by the COTR. The Contractor, using the guidelines set forth in NASA NPD 8831.1E Maintenance andOperations of Institutional and Program Facilities and Related Equipment and NPR 8831.2DFacilities Maintenance Management shall recommend additions, deletions, and modificationsto the current maintenance activities to the Government; all recommendations made by theContractor shall be cost effective and increase overall reliability and ensure continuousimprovement.The Contractor shall, in conjunction with the Government, develop, recommend andimplement, at no additional cost to the Government, a RCM plan according to theguidelines found in NASA RCM Guide. The Government will provide minimal preventativemaintenance procedures which will be available in the Technical Library and otherwisewill be listed in the Governments CMMS. After award, the Contractor shall accurately report their monthly financial status in the533.The Contractor shall provide accurate technical reports, schedules, and other documentsto the COTR as required in a time designated by the government. This list is an additionto any administrative reports otherwise specified in the contract or requested by theGovernmentNorth American Industry Classification System (NAICS) code for this procurement is561210. NO SOLICITATION EXISTS; THEREFORE, DO NOT REQUEST A COPY OF THE SOLICITATION. If a solicitation is released it will be synopsized in FedBizOps and on the NASAAcquisition Internet Service. It is the potential offerors responsibility to monitorthese cites for the release of any solicitation or synopsis. In order to ascertain themethod of procurement for the services outlined above, 8(a) firms are invited to submittheir CAPABILITY STATEMENT to the NASA Glenn Research Center. Information to beprovided SHALL include, but not limited to, name and address of firm, size of business;average annual revenue for the past 3 years and number of employees; ownership, whetherthey are Small, Small Disadvantaged, 8(a), HUBZone, and/or Woman-Owned; number of yearsin business; affiliate information; parent company; joint venture partners; potentialteaming partners; prime contractor (if you are interested as a potential subcontractor);list of customers covering the past 3 years (highlight relevant work performed, contractnumbers, contract type, dollar value of each procurement; and points of contact addressesand phone numbers). CAPABILITY STATEMENTS SHALL BE NO LONGER THAN 10 PAGES IN LENGTH. Technical and procurement related questions shall be directed to: Angel L. Pagan, NASAGlenn Research Center, 21000 Brookpark Road, Mail Stop 500-312, Cleveland, Ohio 44135,E-mail address: Angel.l.pagan@nasa.gov. In responding reference NNC09ZCH001R. Capability Statements SHALL be submitted no later than October27, 2008. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for this requirement. The Government reserves the right to consider 8(a) set-asides based on responses hereto.The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Angel L. Pagan no later thanOctober 27, 2008. Please reference NNC09ZCH001R in any response. Any referenced notesmay be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8feb4798608b9360be73e24fa8542e03&tab=core&_cview=1)
- Record
- SN01692032-W 20081017/081015214947-8feb4798608b9360be73e24fa8542e03 (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 |