SOLICITATION NOTICE
99 -- Base year and four(4)one year options Life Cycle Support of existing critical Emerson Network Power & HVAC systems.
- Notice Date
- 1/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- N00189 FISC NORFOLK VA 1968 Gilbert Street,Suite 600 NORFOLK, VA
- ZIP Code
- 00000
- Solicitation Number
- N0018910T0071
- Response Due
- 1/22/2010
- Archive Date
- 2/6/2010
- Point of Contact
- Yvonne Copeland 757-443-1365 Jill Krekel757-443-1219
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for sole-source commercial items prepared in accordance with the information in FAR Subpart 12, using Simplified Acquisition Procedures as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/). The RFQ number is N00189-10-T-0071. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-38 and DFARS Change Notice 2009O0009. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far;http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 811219 and the Small Business Standard is $6.5. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon proprietary OEM equipment and at the discretion of the Government. The Fleet Industrial Supply Center, Norfolk, VA intends to purchase the following items: One base year and four (4) option years, Life Cycle Support of existing critical Emerson Network Power & HVAC systems on a sole-source basis from Emerson Network Power, 610 Executive Campus Dr, Westerville, Oh 43082. Essential Service; Guaranteed 4 hour response 24 hours/day, 7days/week, Emergency service labor and travel coverage, parts coverage, preventive maintenance visits scheduled Monday-Friday, 8am - 5 pm. Basic Service; Guaranteed 4 hour response 24 hours/day, 7days/week, Emergency service labor and travel coverage, parts coverage (excluding batteries). SiteScan Essential Service; Guaranteed 2 hour telephone response, 7days/week, 24 hours/day, On-site visits to be scheduled, Emergency service labor and travel coverage, parts coverage, preventive maintenance visits scheduled Monday-Friday, 8am - 5 pm. Performance Evaluation; Perform a complete visual inspection of the internal sub-assemblies, wiring harnesses, contactors, cables, major components, and check for proper clearance around the unit. Visually inspect all cooling fans and air ducts. Measure the output, neutral, and ground current. Verify KVA load and capacity per phase. Verify grounding electrode conductor and any isolated grounds. Verify that the monitor is recording within +/-2% of those values measured. Perform a status check of all alarm circuits and display messages. Perform a basic operational test of the system. Review system performance with customer to address any system questions. Full Preventive Maintenance Service; Perform a complete visual inspection of the internal sub-assemblies, wiring harnesses, contactors, cables, major components, and check for proper clearance around the unit. Inspect all transformer, terminal block, and ground/neutral bus bar connections for tightness. Inspect all option wiring or tightness. (Spike suppressor, ground fault, phase rotation/loss). Inspect all capacitor bank connections for tightness. Verify that all cooling fans are functional and air ducts are open. Verify continuity of all fuses and that they are correctly rated. Measure input and output phase to phase voltage. Measure the output, neutral and ground current. Verify KVA load and capacity per phase. Verify grounding electrode conductor and any isolated grounds. Measures filter capacitor currents at no load for all three phases (if applicable). Measure primary, secondary, 2nd harmonic, and 3rd harmonic (if applicable). All should be balanced within 2.5% deviation. Verify EPO lamps are illuminated. Check that the local and remote EPO"S are functioning properly (if permitted). Verify that the monitor is recording within +/-2% of those values measured. Activate the transformer over-temp alarm and shutdown circuits to confirm proper operation (if permitted). Verify the operation of any option for alarm or shutdown sequence (if permitted). Verify the operation of any customer alarm circuit(s) and specified messages. Verify specified restart capabilities (manual or auto-restart). Verify the operation of the bypass switch and the bypass transformer over temp alarm (if applicable). Maintenance Includes: Filters-Check for restricted airflow. Examine filter switch. Wipe entire section clean. Blower Section-Verify that impellers are free of debris and move freely. Check belt for condition and proper tension. Verify that the bearings are in good condition. Check the fan safety switch for proper operation. Check the pulleys and motor mounts for tightness and proper alignment. Air Cooled Condenser (If Applicable)-Verify condenser coil cleanliness. Clean if necessary. Examine motor mounts for tightness Tighten if necessary. Verify that the bearings are in good working order. Confirm that the refrigerant lines are properly supported. Water/Glycol Condenser (if Applicable)-Check cleanliness of copper tubing. Confirm that the water regulating valves are functioning properly. Check the glycol solution level. Check for water/glycol leaks. Glycol Pump - Examine for any glycol leaks. Determine proper pump operation. Steam Generating Humidifier (if Applicable) - Check the canister for any deposits. Check the condition of all steam hoses. Examine the water make-up valve for any leaks. Infrared Humidifier (if Applicable) - Check the pan drain for any type of blockage. Examine the humidifier lamps for proper operation. Check the pan for any type of mineral deposits. Refrigerant Cycle/Section - Examine refrigerant lines for leaks or damage. Using the sight glass, check lines for moisture. Monitor suction pressure. Monitor head pressure. Monitor discharge pressure. Check superheat. Electric Panel - Check fuses. Check electrical connections. Check operation sequence. Check contactors for pitting. Preventive Maintenance Service: Consultation with facilities personnel on the status of the SiteScan system. Complete visual inspection of all SiteScan hardware modules covered by contract. Clean and remove dust from assemblies and internal compartments where possible. Test and check 20% of the contact closure points and voltage sense modules for proper alarm enunciation. Verify analog sensors display expected values in appropriate range. Check communications from all Liebert devices connected to the SiteScan system. If under contract, perform diagnostics tests of the PC system utilizing resident diagnostic programs to include optimizing the hard drive. Check printer for proper operation (if installed and under contract). Perform any required Engineering Field Change Notices (FCN). Return system to operation status, ensuring that all equipment being monitored is on-line and theSiteScan system is functioning as designed. (Does not include replacing lost software diskettes, or loading/re-loading software on PC equipment not covered by this contract). Leave the work area clean, removing any debris generated while performing required tasks. This maintenance for Power and HVAC systems are requested on behalf of the U.S. Fleet Forces Command. Period of Performance is March 01, 2010 - Feb 28, 2011; Delivery Location is F.O.B. Destination. Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: The following FAR provision and clauses are applicable to this procurement:52.204-7 Central Contractor Registration (OCT 2003) 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)).52.222-3, Convict Labor (June 2003) (E.O. 11755).52.222-19 Child Labor-Cooperation with Authorities and Remedies52.222-21 Prohibition of Segregated Facilities52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).52.222-36 Affirmative Action for Workers w/Disabilities52.222-50 Combating Trafficking in Persons52.225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.O.'s, proclamations, and statutes administered by the office of Foreign Assets Control of the Department of the Treasury.)52.232-33 Payment by Electronic Funds Transfer - CCR 52.215-5 Facsimile Proposals52.217-5 Evaluation of Options52.217-8 Option to Extend Services52.217-9 Option to Extend the Term of the Contract52.247-34 F.O.B. Destination Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: DFARS 252.204-7004, Alt A DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including DFARS 252.232-7010, Levies on contracts and paymentsDFARS 252.232-7003 Electronic Submission of Payment RequestsDFARS 5252.NS-046P Prospective Contractor Responsibility;DFARS 5252.232-9402 Wide Area Workflow (WAWF) This announcement will close at 02:00 p.m. on January 22, 2010. Contact Yvonne L Copeland who can be reached at 757-443-1365 or email yvonne.copeland@navy.mil. Oral communications are not acceptable in response to this notice. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N0018910T0071/listing.html)
- Record
- SN02041627-W 20100115/100113235212-4b492b5a5625ca74b35d1ebaad5a5e72 (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 |