SOURCES SOUGHT
J -- Speed Pump Maintenance
- Notice Date
- 3/4/2013
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- MICC - West Point, Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place, West Point, NY 10996-1514
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD13T0125
- Response Due
- 3/21/2013
- Archive Date
- 5/3/2013
- Point of Contact
- Dominick Belfiore, 845-938-4416
- E-Mail Address
-
MICC - West Point
(dominick.belfiore@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Military Academy at West Point is looking for a vendor that can provide provide all labor, equipment, materials and supervision necessary to perform preventive maintenance, repairs, and adjustments in accordance with manufacturer's recommendations at the following locations. The period of performance is anticipated to be 1 October 2013 thru 30 September 2014 with four (4) option years. 1, SOUTH SITE PUMP STATION Service on two (2) Chicago Pumps Type VOS OS-8 vertical pumps TDH 65, GPM 1875, and related equipment, (check valves, gate valves, drive shafts, pillow block assemblies). Work to be performed at the United States Military Academy, West Point, New York 10996 Clean and Paint Pump Station yearly. 2, HOWZE FIELD PUMP STATION Service on four (4) Pumps, check valves, gate valves, sump pumps, Lights, Dehumidifier, Vent Blower motor, Pump Controls, Clean and Paint Pump Station yearly. This Pump Station is a Confined Space. 3, COMMISSARY PUMP STATION Service on two (2) Fairbanks Morse B5400 NON CLOG Pumps, check valves, gate valves, sump pumps, Lights, Dehumidifier, Vent Blower motor, Pump Controls (Mulitrode). Clean and Paint Pump Station yearly. This Pump Station is a Confined Space. The Contractor shall perform preventive maintenance service during normal duty hours (8:00am - 3:00pm) Monday thru Friday, excluding Federal Holidays. Service shall be performed in the Months of March and September, annually. The Contractor shall coordinate all preventive maintenance services with the contract monitor a minimum of ten (10) working days prior to anticipated service. The Contractor shall report to the Wastewater Treatment Plant Building 849 to obtain the key to gain access to the pump station. In the event that the Contractor has to stop or change the pump in order to perform service, the DPW High Voltage Shop will have to be called for their assistance. Contractor will not touch nor make any changes to existing variable speed equipment without the consent of responsible individual from the High Voltage Shop. High Voltage Shop The Contractor shall submit a written report within ten (10) calendar days of the PM Service. This report shall document services performed, noted deficiencies, any corrective actions taken and repair parts required. NOTE: Payment cannot/will not be made for services without a written report prior to vendor sending invoice to DFAS, Rome. NO EXCEPTIONS. The Contractor shall provide emergency services on an quote mark on call basis quote mark responding within four (4) hours of telephonic notification from contract monitor at other than quote mark normal duty hours. quote mark The Contractor shall provide all parts necessary to perform services. The cost of parts will not exceed thirty-five thousand dollars ($35,000.00) The Contractor shall provide identification badges for each employee performing services under this contract. Contractor employees shall conspicuously display their badges on their person while performing work under this contract. The identification badges shall contain the Contractors' name, a photo, employee name, contract number and project description. The Contractor shall also follow any other guidance issued from the Contracting Officer for access to West Point. The Contractor shall submit an informational invoice to the Contract Monitor, COR, or individuals identified in the contract (POC). The invoice shall include: Purchase order number, contract line item number (CLIN) and the service performed. Interested sources are requested to submit an email delineating qualification, capabilities, and experience for providing these services. Sources must sufficiently demonstrate the capability to perform these services and must provide detailed experience and qualifications in all previous work pertinent to this effort. Please include your business size with your submittal. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes for the Government. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender. The applicable North American Classification System (NAICS) Code for this requirement is 811310 and the small business size standard is $7.0M. Responses due are to be submitted by email to dominick.belfiore@us.army.mil. The information requested must be received no later than 4pm EST on 21 March 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/25116f929e0cc96f296b85388e8ece62)
- Place of Performance
- Address: MICC - West Point Directorate of Contracting, ATTN: SFCA-NR-WP, 681 Hardee Place West Point NY
- Zip Code: 10996-1514
- Zip Code: 10996-1514
- Record
- SN03003230-W 20130306/130305114731-25116f929e0cc96f296b85388e8ece62 (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 |