Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
DOCUMENT

J -- Maintain ten Continuous Emission Monitors (CEMS) at two work site of Wright-Patterson Air Base OH 45433 (WPAFB) - Solicitation FA8601-09-T-0014

Notice Date
12/11/2008
 
Notice Type
Solicitation FA8601-09-T-0014
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT_PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860109T0014
 
Archive Date
5/8/2009
 
Point of Contact
William G. Callaway,, Phone: (937) 522-4539
 
E-Mail Address
william.callaway2@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
1. PUBLIC NOTICE OF UNRESTRICTED SOLICITATION (SYNOPSIS): This notifies all offerors the Not Later Than (NLT) suspense for 88 CONS receipt date of all technical and price proposals (10AM/ 05 JAN 2009) to be eligible for an award less than the simplified acquisition threshold of $100K expected NLT 07 JAN 2009. This synopsis advertised Government Requirements in accordance with FAR Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items". More specifically this synopsis advertises an unrestricted yet time sensitive Request For Quotation - RFQ (solicitation) to acquire Repair and Maintenance of 10 Continuous Emission Monitors at two heat plant facilities of Wright Patterson Air Force Base OH 45433 (WPAFB). The most applicable NAICS Code of 811219(Other Electronic and Precision Equipment) has a business size standard of $7 Million. Technically capable large and small business firms are eligible to electronically submit competitive quotes in accordance with provisions in the attached Solicitation FA8601-09-T-0014. Before 19 Dec 2008 companies may electronically request technical fact-finding visits when required to better assess equipment configurations of both work sites at WPAFB. Contact William.callaway2@wpafb.af.mil if a pre-award site visit is required. 2. Instructions To Offerors: To be considered eligible for this award (responsive) in accordance with FAR 52.212-1 and solicitation provisions all companies shall submit bids/quotes that identify ACTIVE company DUNS code, CAGE code and Federal Tax ID code. Award will be made to the Contactor submitting the lowest priced and technically acceptable proposal in accordance with evaluation factors in FAR provision 52.212-2. Company email bids shall NOT be sent as an executable file (.exe) or as a zip file (.zip) or exceed size of 2 Megabytes per email because information technology security systems of WPAFB computer do not accept receipt of such files. This solicitation and expected award are governed by The Service Contract Act of 1965 and implement the most current Revision Number (6) to Department of Labor Wage Determination No. 2005-2419 when applicable to the initial performance period of 365 days. This Solicitation identifies all scheduled and unscheduled maintenance delivery schedule line item requirements in the Performance Work Statement. The contract type is Firm Fixed Price,all line items are firm fixed price. The Government reserves the right to award without discussions when both parties agree upon provisions terms and conditions in this solicitation that in turn becomes the award document. IMPORTANT: It is the responsibility of each responsive offeror to ensure the 88 CONS/PKPB Contract Negotiator/Administrator (William G. Callaway Jr.) and Contracting Officer (Daniel J. Lyons III) acknowledge receipt of company bids/quotes NLT 10 AM on 05 JAN 2008. Electronically send all bid/quotes addressed to: William.callaway2@wpafb.af.mil and Daniel.lyons@wpafb.af.mil,CONS/PKPB, 1940 Allbrook Drive Room 109, Wright-Patterson AFB, OH 45433-5309. Reach Mr. Callaway at phone (937) 522-4539. Reach Mr. Lyons at phone (937) 522-4516. WILLIAM G. CALLAWAY DANIEL J. LYONS III, December 11, 2008 full text PWS within this solicitation following: PERFORMANCE WORK STATEMENT (PWS) : MAINTAIN TEN CONTINUOUS EMISSION MONITORS (CEMS) AT TWO WORK SITES OF WRIGHT-PATTERSON AIR FORCE BASE, OH 45433 (WPAFB) DECEMBER 11, 2008 1.0 Overall Purpose and Scope of Work: 1.1 Purpose of Annual Repair and Maintenance Project #ZHTVOS0057A9 - Federal Clean Air Act Amendments of 1990 (CAAA) indentify WPAFB to be a major source of air pollution because of coal particulate emissions from two base heating plants. Both heat plants operate continuously 24 hours per day and 7 days each week for 9 months each year. The CAAA requires quarterly scheduled maintenance of all ten CEMS. Base Title V Operating Permit requires WPAFB to continuously monitor coal emission opacity (air particulate pollution) from four smoke stacks at heat plant Facilities 20770 and 31240. Heat plant facilities rely on ten (10) automated Teledyne Model 560 CEMS of automated opacity reading systems to monitor coal-fire particulate emissions (air pollution). Facility 20770 has one smoke stack. Facility 31240 has three smoke stacks. The Facility 20770 system uses four CEMS. The Facility 31240 system uses six CEMS. Maintenance of CEMS at both coal-fired heat plants is mission essential to measure air pollution from WPAFB. 1.1.1 Scope of Work (Specialized Maintenance Engineering Services) - Table 1.1.2 herein PWS identify Performance Period Year 1 as phased delivery schedule Line Item 0001 through 0003. Line item 0001 identify scheduled non-personal services to quarterly calibrate/maintain miscellaneous facility equipment specified as CEMS essential to sustain WPAFB compliance with air quality standards enforced by the appropriate regulatory agency. Line Item 0002 identifies unscheduled services responding to emergency repair orders for unscheduled emergency call conditions at both work sites. Line Item 0003 identifies contractor acquired and furnished non-warranty materials and repair spare parts (bench stock) stored at both WPAFB heat plants to perform maintenance of 10 CEMS. Option 1 Line Item 0004 through 0006 identify same requirements for Performance Period Year Two. Option 2 Line Item 0007 through 0009 identify same requirements for Year Three. Table 1.1.2 Performance Based Line Items Item Number Description Fixed Unit Price Total Fixed Price 0001 Scheduled Maint 0002 Unscheduled Maint 0003 Bench Stock Subtotal Base Year 0004 Option 1001 Scheduled Maint 0005 Option 1002 Unscheduled Maint 0006 Option 1003 Bench Stock Subtotal Option 1 0007 Option 2001 Scheduled Maint 0008 Option 2002 Unscheduled Maint 0009 Option 2003 Bench Stock Subtotal Option 2 Cumulative 1.2 Facility 20770 - This facility maintains continuous air pollution readings by way of three boiler management monitors (Teledyne Model 560 CEMs). These three Teledyne Model 560 CEMS are located on exhaust ducting after cyclones but before economizers. A single Teledyne Model 560 CEM records EPA compliance readings on a single smoke stack. This single Model 560 CEM is located on the exterior duct leading to the single smoke stack. 1.3 Facility 31240 - This facility maintains continuous air pollution readings by way of three boiler management monitors (Teledyne Model 560 CEMs) and three Teledyne Model 560 CEMs used for EPA compliance readings from three smoke stacks. Boiler management monitors, three Model 560 CEMs, are located on exhaust ducting after cyclones but before economizers. EPA compliance Model 560 CEMs are located on the first platform of each of three smoke stacks. 1.4 Mission Critical Continuous Availability, Reliability and Maintainability- To provide uninterrupted CEM operations, the contractor shall acquire and furnish all labor and ancillary repair parts and bench stock to maintain/repair CEMS for 365 days each year. Contractor acquired and furnished resources are base critical resources remaining on call for work performed during Federal Holidays and non-duty hours. Initial Performance Period shall be for 12 months from award date. 1.5 Repair (Non-Warranty Bench Stock Parts) - Bench stock parts are non-warranty spare parts and consumable materials ( Line item 0003 herein PWS) that the contractor shall purchase and install to perform scheduled and unscheduled emergency work. The contractor shall acquire and furnish all parts at the current price list or catalog prices, less any applicable discounts that ensure, in no event, shall any prices exceed contractor prices to their most favored customer. Following tables identify parts for CEM model 560 used at the Wright-Patterson AFB heat plants. Each group of CEM parts includes a heading identifying parts by potential use. Original Equipment Manufacturer (OEM, Teledyne) provides all CEM parts to the contractor. 1.5.1 Scheduled quarterly services and non-warranty bench stock parts - The contractor shall be authorized to purchase the following bench stock (repair) parts and commence work as of the effective award date. Initial service calls shall commence within 10 business days of the award date. For the initial (urgent) quarterly service call the contractor shall scheduled the start date and completion date with both the Primary Government Acceptor and all QAPs the sooner the better (within three calendar days of the award date. Not later than 15 calendar days after the end of all other quarters the contractor shall request other scheduled maintenance to at least quarterly clean, inspect, adjust, align, calibrate, repair, and lubricate ten 10 opacity monitors at Facilities 20770 and 31240. NON-WARRANTY BENCH STOCK LINE ITEMS: CONSUMABLE MATERIALS AND REPAIR SPARE PARTS FOLLOW:  Startup/Operation Spare Parts for Teledyne Model 560 The following parts and supplies may be required during startup and normal operation. Part Name MLI Part # System Location Fuse, (1.5 A) 527441 Optical Head Power Supply Board Fuse, (5 A) 527418 Optical Head Fuse, (2 A) 527438 Enhanced Remote & Multi I/O Purge Filters 528873 Purge System Wipes 550026 General Lens Cleaning Fluid 530023 General Desiccator (Head) 997788 Optical Head Assembly Alignment Scope Mounting Flange 1007-0000-01 General Multi I/O Connector Kit 1803-0006-01 Enhanced Remote Panel Normal Wear and Maintenance Spare Parts These are parts that may be used as a result of normal wear over time Part Name MLI Part # System Location Purge Switch 528312P Optical Head & Retro Purge Hose 1" Diameter 980536 Purge System Hose Clamp 980537 Purge System Battery 550547 Optical Head Mother Board Keyswitch 525414 Remote Display w/ Multi I/O Tubing Seal 528553 Optical Head & Retro O Adhesive Epoxy 530007 Optical Head & Retro "Emergency/Quick Response" Spare Parts spares to minimize system downtime in the event of an unforeseen failure such as power surges Part Name MLI Part # System Location Optical Amplifier PCB 1860-0400-01 Optical Head 560 Mother Board PCB 1860-0500-01SP Optical Head Display/Control PCB 1860-0600-01 Optical Head 6 Point I/O PCB 1860-1700-01 Optical Head Control Module PCB 515441 Optical Head Power supply PCB 1860-1100-02 Optical Head Keypad 1860-0190-01 Optical Head Keypad Panel Gasket 1860-0193-01 Optical Head Retro Cap 1802-0200-XX Optical Head Cal Mechanism Drive Assembly 1860-0125-01 Retro Assembly Blower Motor 980142 Optical Head Exit Window 0601-0123-01 Optical Head LED Source 1860-0250-01 Optical Head Signal Detector Assembly 1810-0230-01 Optical Head Reference Detector Assembly 0601-1000-02 Enhanced Remote Panel Enhanced Remote Mother Board 1803-0200-07 Enhanced Remote Panel Multi I/O PCB 1803-0500-03 Enhanced Remote Panel Enhanced Remote LCD Display 1803-1400-02 Enhanced Remote Panel Power supply PCB 1803-0300-02 Enhanced Remote Panel Viton O-Ring 700233 Optical Head 1.5.2. Unscheduled emergency services, repair parts and bench stock: Exclusive of quarterly services all other annual contractor workload is to acquire and furnish all on-call emergency labor and ancillary repair parts/bench stock. The contractor shall complete all emergency call repairs within 24 hours from notification. Not later than 24 hours of Government call notification the contractor shall restore CEM equipment to performance levels that meet or exceed compliance with all state and federal EPA guidelines. Below is a list of parts identify items typically provided during previous contracts: Part No. Description # Quan Unit Price Total $ 997788 Desiccator Optical Heads ea 5 ________ ________ 997789 Desiccator Retro ea 5 ________ ________ 528558 Cal Wheel Belts ea 5 ________ ________ 0601-1300-01 Cal Wheel Motor ea 1 ________ ________ 0601-0600-01 Object Sensor Assembly ea 3 ________ ________ 1001-0700-01 Purge Switches ea 2 ________ ________ None Assorted OHM Resistors ea 250 ________ ________ 997788 Desiccator Optical Head ea 3 ________ ________ 997789 Desiccator Retro ea 5 ________ ________ 528558 Cal Wheel Belts ea 3 ________ ________ 0601-1300-01 Cal Wheel Motors ea 2 ________ ________ 527441 1.25A fuse ea 5 ________ ________ 527418 5.0A fuse ea 5 ________ ________ 527438 2.0A fuse ea 5 ________ ________ None Desiccant ea 6 ________ ________ 1001-0700-01 Purge Switch ea 1 ________ ________ 980111 Blower Motor ea 1 ________ ________ 528873 Air Filters case 1 ________ ________ 2.0 CONTRACTOR PROVIDED SERVICES/MATERIALS 2.1 Combined Services and Supplies - The contractor shall furnish all labor, material and equipment necessary to clean, inspect, adjust, align, calibrate, and lubricate ten (10) Teledyne Instruments/Monitor Labs opacity monitoring units during four (4) quarterly service calls at each building per year. The contractor shall ensure during calibration that readings from the compliance opacity monitors are transmitted to the chart recorders in the control room. All repairs and adjustments made on each CEM shall be accomplished to keep each unit in compliance with applicable state and federal EPA guidelines. In addition, the contractor shall complete a neutral density filter audit to ensure the accuracy and linearity of the opacity monitors and to allow the calculation of calibration error percentages for each filter value. 2.2 Quality Assurance Personnel (QAP) Scheduled Service Calls - The contractor shall concurrently request scheduling of service call dates with the following: 88 ABW/CETM, Primary QAP Inspector Kenneth W. Moser, and in turn each facility QAP Inspector (88 ABW/CEMPH, Facility 31240 QAP, Kenneth Ferguson and 88 ABW/CEMPH Facility 20770 QAP Inspector William Lindsay. Except for the same day response to the initial quarterly service call, the contractor shall respond and typically complete all other tasks NLT seven calendar days after each QAP notifies the contractor of scheduled date(s) for each service call. 2.3 QAP Emergency Calls - The contractor shall respond to emergency calls on an as needed basis and shall be notified by 88 ABW/CETM, Primary QAP Inspector Kenneth W. Moser, 88 ABW/CETM or the Contracting Officer. The contractor shall have 24 hours to respond to each call. The contractor shall respond to emergency calls that consist of repairing equipment so the monitoring system will meet all state and federal EPA guidelines. This may require replacement of an existing light source within one or more monitors or other major maintenance, which may entail shipping the unit to the manufacturer. Upon reinstallation of any CEM, a seven-day drift test, three filter check, and response time check will be required, in accordance with 40 CFR 60 Appendix B, Spec 1. Documentation of these tests shall be submitted to 88 ABW/CEVY, Attention: David Duell, Air Quality Program Manager, Bldg. 22, Room 9, 1450 Littrell Street, Wright-Patterson Air Force Base, OH, 45433. 2.4 Normal Duty Operations. Normal duty hours of operations for the 88 Civil Engineer are 0730 - 1600, Monday through Friday. 2.5 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. 3. BASE WORK SITES AND INSTRUCTIONS TO CONTRACTOR 3.1 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. 3.2 Workload Management Requirements - The 88 Air Base Wing/ Civil Engineering Directorate, (Primary QAP Inspector Kenneth W. Moser, 88th ABW/CETM, 937-255-8324, WPAFB) makes all contractor emergency calls and certifies accuracy of contractor billed invoices. The Primary QAP inspector assure compliance with contractual requirements during contractor on-site work. The applicable Facility QAP inspectors certify accuracy of detailed content in invoices. The Government Acceptor, Primary QAP and 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). 3.3 Work Site Notification Requirements - The building on-site supervisor in charge of work shall be required to notify the appropriate QAP when any problems other than what is specified in PWS Paragraph 1.5 Repair (Non-Warranty Bench Stock Parts) are encountered before the contractor begins to do work. Specific questions concerning access to work sites and heat plan operations should be directed to the following QAP inspectors identified below: QAP Inspector for Facility 20770: Mr. William Livesay, Office Phone (937) 255-0771, QAP Inspector 88 ABW/CEMWH, Cell Phone (937) 657-2338, Fax (937) 257-0772 Inspector for Facility 31240: Mr. Kenneth Ferguson, Office Phone (937) 257-7360 QAP Inspector 88 ABW/CEMPH, Cell Phone (937) 657-8617 Fax (937) 257-5215 3.4 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. 3.5 Scaffolding Requirements - The contractor is solely responsible for all costs incurred for any scaffolding that may be required. 3.6 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. The contractor shall 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. The contractor shall report fire emergencies by dialing 911 using on-base telephones or 257-9111 for cellular or off-base telephones. 3.7 Coordination at Work Sites - The contractor shall coordinate activities performed on WPAFB with the 88th ABW/CETM and either 88 ABW/CEMPH or CEMWH, as appropriate. Work sites shall remain open to Government personnel for normal WPAFB operations. 3.8 Damages - Damages of any nature caused by contractor work shall be repaired or replaced at no additional cost to the Government. The Government shall be entitled to contractual remedies when the prime contractor does not satisfactorily repair and replace damaged property. Contractual remedies include, but are not limited to, equitable price adjustments and Government reimbursement for corrective action labor costs and ancillary material costs for all defective work by the prime and all subcontractors. 3.9 Daily Clean Up - The contractor shall keep work area clean of all debris on a daily basis or more often as required. The contractor shall continuously keep storage areas clean and orderly. The contractor shall dispose of combustible wastes at the end of each work day and never allow wastes to accumulate. 4.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 4.1 Government Furnished Property (GFP) - No GFP shall be provided during this project. 4.2 Government Furnished Services - No government furnished services shall be provided during this project. 4.3 Protection of Government Property and Personnel - The contractor shall: 4.3.1 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. 4.3.2 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. 5.0 SECURITY REQUIREMENTS FOR ACCESS TO BASE WORK SITES 5.1 Work Site at Facility 20770 - 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. 5.2 Work Site at Facility 31240 - 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. 5.3 Unescorted Contractor Identification Cards for Unrestricted Access to both work sites - The contractor shall obtain mission essential identification cards to ensure non-duty hour access to both work sites. Mandatory Action #1: Not later than calendar three days after the award date, the contractor personally deliver three signed AFMC 496 Forms and original letters (blue ink signatures) on company letterhead that identify driver names and Social Security numbers of employees requiring access to WPAFB to: 88 ABW/CEVY Air Pollution Project Manager David Duell and 88 CONS/PKPB, Attn: Mr. Daniel J. Lyons III, 1940 Allbrook Drive: Building 1, Room 109, Wright-Patterson Air Force Base, OH 45433-5309 Mandatory Action#2: The 88 ABW/CEVY Air Pollution Project Manager David Duell will escort authorized contractor individual(s) having valid driver's license, current vehicle registration, valid vehicle insurance certificate, and an original AFMC 496 and 88 SFS - formatted Contractor Letter Request approved (signed) in blue ink by a government official having a signature card on file (DD Form 577) with to obtain contractor identification cards from the 88 SFS/SFOXI, 937-257-3924.. 5.4 Access to Specific Base Work Sites -Government authorized work shall be performed for these two work sites: Facility 770 and Facility 1240, WPAFB, OH, 45433. 5.5 The Primary QAP and 88 ABW/CE inspectors identified herein PWS will make every attempt to ensure unimpeded contractor technician access to provide services at both work sites. When at any time contractor technicians are unable to obtain access to WPAFB, they should immediately notify Project Manager, David P. Duell, at telephone 937-257-2455. An authorized Air Force escort will be provided to ensure contractor technicians gain access to both heat plants.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bffc3acc6349666c3c7df5be34c95950&tab=core&_cview=1)
 
Document(s)
Solicitation FA8601-09-T-0014
 
File Name: Solicitation FA8601-09-T-0014 has NLT bid receipt Time/Date of 10 AM EST/Jan 05, 2008 and time sensitive award expected NLT Jan 09, 2009. (RFQ FA8601-09-T-0014.pdf)
Link: https://www.fbo.gov//utils/view?id=8c8a8c9472808e8295aa93b192b4796d
Bytes: 1,525.62 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Heat Plant Facility 20770 and Facility 31240 WPAFB, Fairborn, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01717412-W 20081213/081211215901-bffc3acc6349666c3c7df5be34c95950 (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.