Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2011 FBO #3464
SOURCES SOUGHT

41 -- Refrigeration Chiller Plant Maintenance

Notice Date
5/18/2011
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Heating Operation & Transmission Division (WPO), 13th & C Streets, SW, 2nd Floor, Washington, District of Columbia, 20407
 
ZIP Code
20407
 
Solicitation Number
811310
 
Point of Contact
Dinaira M Borba, Phone: 202-708-5637, Nadir Wade, Phone: 202-708-0064
 
E-Mail Address
dinaira.borba@gsa.gov, nadir.wade@gsa.gov
(dinaira.borba@gsa.gov, nadir.wade@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS "SOURCES SOUGHT" ANNOUNCEMENT. ANY RESPONSE TO THIS SOURCES SOUGHT WILL BE USED BY THE GOVERNMENT AS MARKET RESEARCH, FOR INFORMATIONAL PURPOSES AND TO MAKE APPROPRIATE ACQUISITION DECISIONS. The General Services Administration located in Washington DC, is looking for qualified vendors capable of performing the work as listed below. Background Information: The General Services Administration Central Heating & Refrigeration Plant (GSA CHRP) provides steam and chilled water to over 100 government facilities in the Washington DC area. At the Central Plant, HOTD operates eight (8) Johnson Controls (formerly York International) chillers and two surface condensers. The chillers and surface condensers are critical to HOTD's mission of producing chilled water to its customers and should be maintained to prevent failure due to mechanical or electrical faults which result in downtime and production losses. The eight (8) chillers of interest include seven (7) R-134a chillers and one (1) R-22 chiller (Chiller #4A). Also, six (6) of the eight chillers are electrically driven while two are steam driven. Operational inspection and preventative maintenance (PM) of the chillers and surface condensers will help to alleviate problematic faults caused from wiring and electrical connections, compressor motor malfunction and inefficiency caused by physical degradation from wear and tear on the mechanical components of the chillers. Performing preventative maintenance of the chillers and their associated systems will provide historical data on each chiller, benefitting both technicians and engineers alike. This will help to track maintenance on each chiller and highlight system problems as they develop, thus increasing chiller reliability and facilitating continuous chilled water production. Synopsis: The General Service Administration's Heating Operation and Transmission District seeks information from vendor's in the market who are capable of performing and or providing the following as it pertains to the plant's 2000 ton chillers, compressors surface condensers and auxiliary equipment; •1) Emergency response line 24 hours a day •2) Weekly Preventive Maintenance (Weekly Operational Inspections) •3) Emergency Service Calls •4) Annual Preventive Maintenance (Inspection and PM) •5) Incidental Repair of Chillers and Chiller Related Equipment The reliable and optimal operation of the chillers and associated equipment requires constant maintenance, repair and monitoring. Weekly inspections and Annual Preventive Maintenance of the chillers and their auxiliary equipment shall highlight problems and provide solutions to ward off equipment malfunction and inefficient use of energy in meeting the cooling load. Chiller system maintenance will help to ensure the refrigeration system meets a high-level of performance that is in-line with the expectations of the Government and is based on manufacturer design, system design and GSA operating conditions. These chillers are operated 2 to 3 at a time in the winter and up to 7 at a time in the summer months. Project Specifics: General Maintenance: maintenance practices shall total fifty-two (52) visits to the plant per year for weekly inspections and operational checks and once a year for annual preventive maintenance of chillers and chiller related systems. All work is to be carried out by a technician or personnel who has received training from Johnson Controls to work on Johnson Controls (York) 2,000 ton capacity chillers and greater. Emergency Service Calls and Response: In the event of an unexpected chiller breakdown, such as a chiller failing to start or load, unusual noise, nuisance warning lights and alarms, a vendor must have the ability to provide emergency service response within 4 hours and attempt to get the chillers back in stable operating condition to meet the required load. The vendor shall have the ability to provide emergency response service that shall be available 24 hours a day, 7 days a week for 365 days. Anticipated Period of Performance: The anticipated period of performance for this requirement is five (5) years, consisting of a one-year base period plus four (4) one-year option years. Capability Requirements / Sources Sought: We are looking for vendors who have the following capabilities: - Can demonstrate the ability to meet the mandatory criteria as noted above. •2. - Who have all of the following: •· Experience with industrial chillers greater than 1000 tons. •· Experience with auxiliary chiller system equipment and devices including valves, actuators..etc. •· Experience providing service for an operation heavily dependent on changing weather patterns. •· Experience in demonstrating an understanding of the equipment associated with industrial chillers. •3. - Who have qualified staff on board, experienced and trained to work with the tools needed to perform this type of work. •4. - Ideally we are looking for vendors who have the following type of personnel on staff or personnel who have similar qualifications. •a) Chiller Service Project Manager will have at least five (5) years experience as a chiller service project manager and coordinating supervisor, eligible to manage a project of this magnitude. This person shall have experience coordinating maintenance activities, repairs. He/she shall have the ability to manage all aspects of the chiller maintenance contract, interacting with GSA personnel at the management and supervisory level. •b) Chiller (Mechanical) Technician(s) will have at least three to five (3-5) years of field work experience and be certified to work on York industrial chillers greater than 1000 tons. These key personnel shall be familiar with the operation and performance of chiller evaporators, condensers, compressors, controls and all auxiliary components. •c) Specialized Steam Turbine Technician will have at least five (5) years of field work experience maintaining, troubleshooting and repairing steam turbines as they are related to chiller systems. The offeror will be qualified to work on steam turbine chillers having industrial applications above 1000 tons. •d) Pump specialist will have at least five (5) years of field work experience to perform chiller related pump maintenance and repairs. Sample Maintenance Tasks: Weekly and annual maintenance task as well as incidental repairs shall include but not be limited to those described below. Compressor Assembly & Operation: •1. Alignment on open drive units •2. couplings and alignment •3. Check seals •4. Check inlet van operators and linkages; lubricate where required •5. Record operating conditions •6. Check log and reviewing chiller and system operation with operator •7. Conduct routine maintenance as recommended and required •8. Conduct a leak check and identifying leak source for repair. •9. Log and reporting repairs and parts that are required Compressor Oil System: •1. Change oil filters and dryers •2. Conduct analysis on oil at an independent laboratory •3. Check oil pumps, seals, and motors •4. Clean dirt legs •5. Check heaters and thermostats •6. Check all other oil system components including coolers, strainers, and solenoid valves where applicable •7. Clean contacts or recommending replacement Steam Turbine: •1. Check and test mechanical over-speed by accelerating turbine to trip speed •2. Clean all linkage systems and inspect for wear •3. Clean and lubricate all moving parts •4. Disconnect couplings and inspect wear on flex coupling •5. Apply new grease to couplings •6. Drain turbine bearing oil and flush pumps clean; replace with approved grade oil •7. Drain and clean oil tank •8. Replace oil and oil filter Control Panel: •1. Run diagnostic check of Micro Control Panel •2. Checking safety shutdown operation •3. Check all terminals and tightening connections •4. Check Display Data accuracy and set points Condenser: •1. Check the water flow •2. Check flow switch operation •3. Remove two (2) condenser heads and inspect end sheets •4. Mechanically brush cleaning condenser water tubes System: •1. Conducting a leak check and identifying leak sources for repair •2. Recording condition of sight glasses •3. Checking the refrigerant cycle to verify the proper operating balance •4. Checking condenser water and chilled water heat transfer Chiller Unit: •1. Leak check oil pumps and fittings •2. Leak check relief valves and rupture disk Operating Controls: •1. Inspect chillers and adjust safety controls •2. Inspect all pressure and temperature controls, thermometers, gauges, linkages, control devices and thermostats located at equipment •3. Record operating conditions •4. Check all safety switches and controls •a. High-pressure cutoff •b. Low pressure cutoff •c. Low oil pressure switch •d. Oil pump timers •e. Flow switches •f. System monitor timers •g. Vane closing switches •5. Check all operating controls •a. Motor load limit controls •b. Vane operation controls Motor Starter and Contactor: •1. Run diagnostic check •2. Clean contacts or recommend replacement •3. Check fuses •4. Checking linkage •5. Check all terminals and tighten connections •6. Check overloads, dash pot oil and calibrating •7. Check and clean air filter •8. Check status lights •9. Dry running starter (or before start-up); checking status lights General Maintenance: •1. Remove old filters and oil from site •2. Repair insulation removed for inspection and maintenance procedures •3. Clean equipment and surrounding area upon completion of work •4. Consult with the operator •5. Report deficiencies and repairs required •6. Sample and analyze lube oil •7. Exercise valves that are not typically captured during weekly cycling (contractor discretion) General Maintenance: •1. Remove old filters and oil from site •2. Repair insulation removed for inspection and maintenance procedures •3. Clean equipment and surrounding area upon completion of work •4. Review operator logs and consult with the operator •5. Report deficiencies and repairs required •6. Suggest additional items and activities as determined by York as beneficial to plant operation •7. Check operation of lubrication system •8. Check oil return system THIS SOURCES SOUGHT, SHALL NOT BE CONSTRUED AS A FORMAL SOLICITATION. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. THE GOVERNMENT IS NOT LIABLE FOR ANY DIRECT OR INDIRECT COSTS INCURRED BY THE VENDOR IN PREPARING OR SUBMITTING THIS VOLUNTARY INFORMATION. Contractors who feel they can provide the GSA Heating Operation & Transmission District's Central Heating and Refrigeration Plant with the above services are invited to submit in writing an affirmative response which includes the following information: 1) What is the name of your business? 2) What is your POC's name, telephone number, e-mail address, and business address? 3) Is your firm a large business, small business, a certified 8(a) small business, certified HUBZone business, Small Disadvantaged Business, Veteran, Woman, and/or Minority Owned Business and/or Service Disabled Veteran Owned Small Business concern according to NAICS codes 811310 or 423740 ? (Specify all that apply.) 4) Does your business currently have knowledge of industrial refrigeration plant operations with expertise in maintaining and repairing industrial chillers and associated chiller systems for chiller systems above 1,000 tons? If so, please provide actual examples and/or descriptions of your experience. 5) Does your business currently provide onsite emergency response and a 24hr trouble-call line for critical situations that may arise due to system failure? If so, please provide examples of your experience in this realm of service. 6) Does your business currently provide maintenance and repairs to any industrial facilities with chillers systems having the capacity that matches or exceeds those mentioned in this document? If so, please provide examples of your experience. 7) Is your business eligible to perform the tasks as described in this document? Does your company have the financial standing and ability to obtain the level of bonding required for a contract of this significance and criticality? If so, please elaborate on your ability to meet this major requirement. 8) Does your business have qualified personnel to work on Johnson Control chillers that have a capacity of 2000 tons or more? Are your personnel equipped with the skills to perform critical maintenance and repairs on steam turbines and pumps related to chiller systems? If so, please provide examples of the qualifications held by your personnel. 9) Is your business equipped with the tools needed to conduct much of the work called for in this document? If so, please elaborate on your ability to provide the necessary tools required to perform the maintenance and repair tasks outlined in this document. All responsible sources are encouraged to respond to this sources sought announcement by submitting a capability statement response to the questions contained within this notice via email to Dinaira.borba@gsa.gov and Nadir.wade@gsa.gov no later than June 6th, 2011 by 5PM - EST. The Government does not intend to rank submittals or provide any reply to interested firms. Any Questions please contact Dinaira Borba and Nadir Wade by email. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Extraneous materials (brochures, manuals, etc) will not be considered. Method of Award will be based on past performance, corporate experience, key personnel, price, bid guarantee and capability to obtain payment and performance bonding once award has been made.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/WPO/811310/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20407, United States
Zip Code: 20407
 
Record
SN02451394-W 20110520/110518235123-e614ce95982b1895166eb9f151978cd7 (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.