Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2012 FBO #3912
SOLICITATION NOTICE

J -- Mechanical Equipment Maintenance

Notice Date
8/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
MICC - Dugway Proving Ground, Division of Contracting, Building 5330 Valdez Circle, Dugway, UT 84022-5000
 
ZIP Code
84022-5000
 
Solicitation Number
W911S6-12-T-0032
 
Response Due
9/10/2012
 
Archive Date
11/9/2012
 
Point of Contact
Samuel C. Layton, 435-831-2932
 
E-Mail Address
MICC - Dugway Proving Ground
(samuel.c.layton8.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. U.S. Army Dugway Proving Ground, Directorate of Contracting is contemplating the procurement of a Time and Materials Contract w/ the following CLINS: Mechanical Service and Maintenance W911S6-12-T-0032 0001 Boilers Semi- Annual Maintenance FFP Semi-annual maintenance of three oil burning high pressure steam boilers. Models are currently 2 each Hurst Model# 4VT-P2-80-150 both of these are at Wig. 1 each Hurst Model#4VT-0-60-150 at Granite. Maintenance to include but not limited to: 1) testing of low level control. 2) test all safety valves. 3) Routine burner maintenance. 4) Routine maintenance of all combustion control equipment. 5) Combustion and draft tests. 6) Inspect oil piping for proper support and tightness. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 0002 Water Chillers Semi- Annual Maintenance FFP Semi-annual maintenance of three refrigerated water chillers. Models are currently 1 each York Model# YCAV0187EA46VAASXT at Wig and 2 each McQuay Model#AGR090AS27-ER10 one is at Wig and one is at Granite.. Maintenance to include but not limited to: 1) Check setting and operation of all controls and safety devices. 2) Leak test the entire machine for refrigerant leaks. 3) Check starter contactors for wear. 4) Clean condenser fins. 5) Ensure operation of all Condenser motors. 6) Perform all manufacturers' recommended lubrication. 7) Observe Chilled water and condenser water entering and leaving temperatures. 8) Observe Oil level in the oil sump. 9) Record Condenser pressure and evaporator pressure and ensure they are within manufacturer's normal functioning limits.10) Observe water circulation pressure and ensure pressures are within manufacturer's guidelines. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 0003 Air Compressors Semi-Annual Maintenance FFP Semi-annual maintenance of three service/instrument air compressors with air dryers. Models are currently 1 each SULLAIR Model# LS160-75 H/A air compressor with ZEKS Model#300NCGA400 air dryer at Wig, 1 each SULLAIR Model#LS16-75 H W/C SULL air compressor with SULLAIR Model#SR325 02250128-208 air dryer at Wig and 1 each Ingersoll Rand Model# SIERRA H50A air compressor with Ingersoll Rand Model# TMS 0200 air dryer at Granite. Maintenance to include but not limited to: 1) Check load and unload function. 2) Check pressure safety valve operation. 3) Check for proper oil level. 4) Visually inspect for leaks. 5) Monitor all gauges for normal operation. 6) Replace air inlet filter. 7) Clean outside of air/oil cooler. 8) Replace oil filter. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 0004 Equipment Repair LH Assessment of Equipment.- to include labor for trouble shooting, assessment, and repair. An estimate for labor to make the equipment fully operational shall be provided as part of the assessment. The assessment shall be given to the COR and an approval to proceed shall be provided by the COR or Contracting officer before additional work may proceed. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 0005 Repair Parts T&M Parts required for equipment repair. Repair parts shall be invoiced at the actual cost to the contractor plus handling fee. The Government will not pay profit on repair parts. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 0006 Army Personnel Reporting FFP The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. Please see "DEPARTMENT OF ARMY PERSONNEL REPORTING SYSTEM" below for further details. FOB: Destination 1001 Boilers Semi- Annual Maintenance FFP Semi-annual maintenance of three oil burning high pressure steam boilers. Models are currently 2 each Hurst Model# 4VT-P2-80-150 both of these are at Wig. 1 each Hurst Model#4VT-0-60-150 at Granite. Maintenance to include but not limited to: 1) testing of low level control. 2) test all safety valves. 3) Routine burner maintenance. 4) Routine maintenance of all combustion control equipment. 5) Combustion and draft tests. 6) Inspect oil piping for proper support and tightness. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 1002 Water Chillers Semi- Annual Maintenance FFP Semi-annual maintenance of three refrigerated water chillers. Models are currently 1 each York Model# YCAV0187EA46VAASXT at Wig and 2 each McQuay Model#AGR090AS27-ER10 one is at Wig and one is at Granite.. Maintenance to include but not limited to: 1) Check setting and operation of all controls and safety devices. 2) Leak test the entire machine for refrigerant leaks. 3) Check starter contactors for wear. 4) Clean condenser fins. 5) Ensure operation of all Condenser motors. 6) Perform all manufacturers' recommended lubrication. 7) Observe Chilled water and condenser water entering and leaving temperatures. 8) Observe Oil level in the oil sump. 9) Record Condenser pressure and evaporator pressure and ensure they are within manufacturer's normal functioning limits.10) Observe water circulation pressure and ensure pressures are within manufacturer's guidelines. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 1003 Air Compressors Semi-Annual Maintenance FFP Semi-annual maintenance of three service/instrument air compressors with air dryers. Models are currently 1 each SULLAIR Model# LS160-75 H/A air compressor with ZEKS Model#300NCGA400 air dryer at Wig, 1 each SULLAIR Model#LS16-75 H W/C SULL air compressor with SULLAIR Model#SR325 02250128-208 air dryer at Wig and 1 each Ingersoll Rand Model# SIERRA H50A air compressor with Ingersoll Rand Model# TMS 0200 air dryer at Granite. Maintenance to include but not limited to: 1) Check load and unload function. 2) Check pressure safety valve operation. 3) Check for proper oil level. 4) Visually inspect for leaks. 5) Monitor all gauges for normal operation. 6) Replace air inlet filter. 7) Clean outside of air/oil cooler. 8) Replace oil filter. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 1004 Equipment Repair LH Assessment of Equipment.- to include labor for trouble shooting, assessment, and repair. An estimate for labor to make the equipment fully operational shall be provided as part of the assessment. The assessment shall be given to the COR and an approval to proceed shall be provided by the COR or Contracting officer before additional work may proceed. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 1005 Repair Parts T&M Parts required for equipment repair. Repair parts shall be invoiced at the actual cost to the contractor plus handling fee. The Government will not pay profit on repair parts. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 1006 Army Personnel Reporting FFP The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. Please see "DEPARTMENT OF ARMY PERSONNEL REPORTING SYSTEM" below for further details. FOB: Destination 2001 Boilers Semi- Annual Maintenance FFP Semi-annual maintenance of three oil burning high pressure steam boilers. Models are currently 2 each Hurst Model# 4VT-P2-80-150 both of these are at Wig. 1 each Hurst Model#4VT-0-60-150 at Granite. Maintenance to include but not limited to: 1) testing of low level control. 2) test all safety valves. 3) Routine burner maintenance. 4) Routine maintenance of all combustion control equipment. 5) Combustion and draft tests. 6) Inspect oil piping for proper support and tightness. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 2002 Water Chillers Semi- Annual Maintenance FFP Semi-annual maintenance of three refrigerated water chillers. Models are currently 1 each York Model# YCAV0187EA46VAASXT at Wig and 2 each McQuay Model#AGR090AS27-ER10 one is at Wig and one is at Granite.. Maintenance to include but not limited to: 1) Check setting and operation of all controls and safety devices. 2) Leak test the entire machine for refrigerant leaks. 3) Check starter contactors for wear. 4) Clean condenser fins. 5) Ensure operation of all Condenser motors. 6) Perform all manufacturers' recommended lubrication. 7) Observe Chilled water and condenser water entering and leaving temperatures. 8) Observe Oil level in the oil sump. 9) Record Condenser pressure and evaporator pressure and ensure they are within manufacturer's normal functioning limits.10) Observe water circulation pressure and ensure pressures are within manufacturer's guidelines. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 2003 Air Compressors Semi-Annual Maintenance FFP Semi-annual maintenance of three service/instrument air compressors with air dryers. Models are currently 1 each SULLAIR Model# LS160-75 H/A air compressor with ZEKS Model#300NCGA400 air dryer at Wig, 1 each SULLAIR Model#LS16-75 H W/C SULL air compressor with SULLAIR Model#SR325 02250128-208 air dryer at Wig and 1 each Ingersoll Rand Model# SIERRA H50A air compressor with Ingersoll Rand Model# TMS 0200 air dryer at Granite. Maintenance to include but not limited to: 1) Check load and unload function. 2) Check pressure safety valve operation. 3) Check for proper oil level. 4) Visually inspect for leaks. 5) Monitor all gauges for normal operation. 6) Replace air inlet filter. 7) Clean outside of air/oil cooler. 8) Replace oil filter. All maintenance and repair is to be performed according to manufacturers' recommendations. In the event of catastrophic failure of one of the listed models the government shall replace with like model and size with the expectation of maintenance the same maintenance being performed at no cost increase. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 2004 Equipment Repair LH Assessment of Equipment.- to include labor for trouble shooting, assessment, and repair. An estimate for labor to make the equipment fully operational shall be provided as part of the assessment. The assessment shall be given to the COR and an approval to proceed shall be provided by the COR or Contracting officer before additional work may proceed. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 2005 Repair Parts T&M Parts required for equipment repair. Repair parts shall be invoiced at the actual cost to the contractor plus handling fee. The Government will not pay profit on repair parts. SEE PERFORMANCE WORK STATEMENT. FOB: Destination 2006 Army Personnel Reporting FFP The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL contractor personnel (including subcontractor personnel) required for the performance of this contract. Please see "DEPARTMENT OF ARMY PERSONNEL REPORTING SYSTEM" below for further details. FOB: Destination Please call or e-mail Contract Specialist Samuel Layton w/ all questions concerning this/these item/s @ 435-831-2932 samuel.c.layton8.civ@mil.mail. For more detail visit the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/ and go to the contracting opportunities option https://acquisition.army.mil/asfi/solicitation_search_form.cfm And enter the Solicitation # W911S6-12-T-0032. This will show all CLINS, Clauses and Contract details. The Performance Work Statement is to be included as an attachment to this synopsis in the solicitation document and downloaded/viewed at FedBizzOpps. Gov search under W911S6-12-T-0032. This announcement constitutes the only solicitation requested and a written solicitation will not be issued. Supporting evidence must be furnished to demonstrate the ability to comply with the government's requirements. The solicitation is issued as a request for quote (RFQ). Submit written offers on RFQ W911S6-12-T-0032. All firms responding must be registered with the Central Contractor Registration (CCR). North American Industrial Classification Standard 811310 ($7M) applies to this procurement. The following provisions and/or clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3 ALT I; Offeror Representations and Certifications -- Commercial Items, applies to this solicitation: FAR 52.212-4 Contract Terms and Conditions - Commercial Items. The clause at FAR 52.212-5; Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this solicitation. Specifically, the following clauses cited may be applicable to this solicitation: FAR 52.203-3, FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, Far 52.215-5, FAR 52.219-4, FAR 52.219-14, FAR 52.219-28, FAR 52.222-3; FAR 52.222-19; FAR 52.222-21; FAR 52.222-26; FAR 52.222-36; FAR 52.222-37; FAR 52.222-39, FAR 52.222-50. 52.225-13, 52.232-32 Payment by Electronic Funds Transfer. 252.232-7003 Electronic Funding via WAWF, FAR 52.217-9, Option to Extend the Term of the Contract; FAR52.232-7 Payments Under Time and Materials and Labor Hour Contracts;, ;. The clause at DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this solicitation. DFARS 252.212-7000, Offerror representations and certifications - commercial items (Nov 1995). DFARS 252.212-7001, Contract Terms and Conditions Required to implement statutes or executive orders applicable to defense acquisitions of commercial items (JAN 2005), specifically, the following clauses cited in DFARS 252.212-7001 are applicable to this solicitation: FAR 52.203-3. Restriction on Foreign purchases, 252.225-7035 Alt 1. DFARS 252.227-7015, DFARS 252.227-7037, DFARS 252.243-7002, DFARS 252.211-7003, DFARS 252.247-7023 Transportation of Supplies by Sea. 52.000-4918 Main Agreement Terms and 52.213-4 regarding terms and conditions for simplified acquisition; DFARS 252.211-7003, Contracting Officer's Representative. Army Contracting Level Agency Program applies to this solicitation. FAR 52.204-7 Central Contractor Registration, and DFARS 252.232-7010 Levies on Contract Payments. The following clauses apply: DFARS 252.225-7001, 252.225-7012, DFARS 252.227-7015, 252.227-7017. DFARS 252.227-7035, DFARS 252.232-7003 Electronic Funding; and DFARS 252.243-7023, ALT III. The following FAR clauses are incorporated by reference; FAR 52.204-7, Central Contractor Registration; FAR 52.247-34. FOB.; Destination, (Dugway Proving Grounds, Accountable Property Officer, Accoutnable Property, Building 5464, Dugway, UT 84022-5000), and DFARS 252.204-7004 Alt A, Central Contractor Registration. The following local clauses apply to this solicitation: Foreign Visitors / Employees; Location of U.S. Army Dugway Proving Ground; Normal Work Hours; Installation Security Requirement; Contractor Access to DPG; Department of Army Personnel Reporting System; Insurance Requirements; OSHA Standards; Government Contractor Relationships; All quotes must be e-mailed to Samuel Layton at samuel.c.layton8.civ@mail.mil in either MS-Word, MS-Excel or Adobe Acrobat PDF format. For any questions or concerns you may e-mail Samuel Layton at samuel.c.layton8.civ@mail.mil or call 435-831-2932. Quotes are due no later than 10:00 AM (prevailing local time at U.S. Army Dugway Proving Ground, Utah), Monday September 10, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44ed3ba0eaa391c31909562e8918697a)
 
Place of Performance
Address: MICC - Dugway Proving Ground Division of Contracting, Building 5330 Valdez Circle Dugway UT
Zip Code: 84022-5000
 
Record
SN02831846-W 20120810/120809001002-44ed3ba0eaa391c31909562e8918697a (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.