Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2013 FBO #4264
SOLICITATION NOTICE

J -- Ground Systems Power and Energy Lab (GSPEL) Equipment Maintenance and Repair

Notice Date
7/26/2013
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
ACC - Warren (ACC-WRN)(DTA), ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
 
ZIP Code
48397-5000
 
Solicitation Number
0010327196-01
 
Response Due
8/2/2013
 
Archive Date
9/24/2013
 
Point of Contact
Eric Kirkpatrick, (586) 282-2652
 
E-Mail Address
ACC - Warren (ACC-WRN)(DTA)
(eric.l.kirkpatrick.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Request for Information (RFI): This is a RFI FOR PLANNING PURPOSES ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Proposals in response to this RFI will not receive a response. Responses to this RFI must be in writing. The purpose of this RFI is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Small Businesses, e.g., General Small Businesses, Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and others interested and capable of performing the work. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d)phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, to include Service Disabled Veteran Owned small Business, Veteran-Owned small business, 8(a), HUBZone Small Business, Women Owned small business, and Small Disadvantaged business, if applicable. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The North American Industry Classification System (NAICS) code for this acquisition has been determined to be 811219. Inquiries or responses to this RFI may be addressed to SSG Eric Kirkpatrick at eric.l.kirkpatrick.mil@mail.mil or (586) 282-2652. SUMMARY OF THE WORK 1.1DESCRIPTION OF WORK A.The Ground Systems Power and Energy Lab (GSPEL) is an addition to the existing Building 212 on Detroit Arsenal (6501 E. Eleven Mile Rd, Warren, MI 48397) that provides research and development laboratory space. The building contains approximately 40,500 square feet of space. The Government requires a total operations and maintenance contract to provide all material, equipment, and labor required to maintain over fifty pieces of laboratory equipment and systems within the facility. B.The contractor shall supply all labor, materials, transportation, apparatus, light, scaffolding, and tools necessary for the proper execution and completion of maintenance and repair work. C.The contractor shall be responsible for securing and paying for all permits, fees and licenses required for the proper execution and completion of maintenance and repair work. D.The contractor shall comply with all local, state, and federal codes, ordinances, rules, regulations, orders and other legal requirements pertaining to the performance of work under this contract. E. All maintenance and repair work must meet all applicable requirements of the Original Equipment Manufacturer (OEM) to ensure that all warranties are maintained. 1.2SCOPE OF WORK A.Provide all maintenance, calibration and repair work required to support the Operations and Maintenance (O&M) requirements for the following pieces of equipment. The contractor shall reference the O&M manual specific to each item of equipment to determine maintenance requirements. The contractor shall include the following deliverables in the execution of maintenance activities to perform, forecast, and report all required maintenance hours and requirements: Government Furnished Inspection, Equipment Maintenance Report, Monthly Contract Progress Status and Management Report, Status of Government Furnished Equipment Report. B.The contractor shall be responsible for maintaining the following pieces of equipment in accordance with OEM specifications: a.Armstrong Humidity System b.Munters Make-up Air Unit c.Trane Condensing Units d.York Refrigeration Plant e.Watlow Liquid Electric Heater f.PEVEL Chamber Heater Pump Package and Reservoir Pump Package g.Atlas Technical Lighting Solar Simulator h.PEVEL Electrical and Control System i.Greenheck Purge/Exhaust Fans j.Liebert Uninterrupted Power Supply k.Generac Generator and Automatic Transfer Switch l.Aerovent Axial Fans m.PEVEL Chamber Nozzles and Winch n.Ingersoll-Rand Air Dryer o.UV - IR Fire Protection Sensors p.Viking Fire Deluge Valve q.Jamison Doors r.Horiba Dynamometer Systems (12 Dynamometers/Drives) s.AeroVironment AV800 t.AeroVironment AV900 (Qty of 2) u.Russels Environmental Chambers A & B v.Russels Large Environmental Chamber w.Battery Lab Roof Top Unit - 8 x.Battery Test Cell Exhaust Air Scrubber Units (3 Units) y.Fume Hoods (4 Units) z.Calorimeter 50 Ton Scroll Chiller aa.Calorimeter Tunnel bb.Calorimeter Blowers and VFD cc.Calorimeter Coolant-Oil Recirculation Skid dd.Calorimeter Chiller Pump Skid ee.Spencer Blower (2 Units) ff.Air Filter Bench gg.Air Mat Arrestor hh.Roll-Around Refrigeration Carts (3 Units) ii.Mezzanine Battery Load Air Handling Units (2 Units) jj.Air Flow Lab Air Handling Units ACC-1 and ACC-2 kk.To support the long-term operations and maintenance requirements for the GSPEL building, modifications to equipment/facilities and software upgrades for controls must be installed on several pieces of equipment to accommodate efficient maintenance practices. These requirements are integral to the overall maintenance plan. Following is the one time start up requirements for this contract, to be executed during the base year. ll.Tools and Equipment: i.All contractor furnished tools and equipment listed in ii-vii below shall remain property of the Government. ii.The contractor shall purchase a meg-ohm meter and laser temperature meter. iii.The contractor shall purchase required ladders to support all maintenance and repair requirements. iv.The contractor shall purchase and install storage cabinets (no more than 10 feet long x 8 feet tall) to contain all tools and equipment, less ladders and scaffolding. The storage cabinet(s) will be placed within the GSPEL building. v.The contractor shall maintain an inventory of all government owned tools and equipment utilized or purchased under this contract. The contractor shall include the following annual deliverable to report the inventory status: Physical Inventory Report. vi.The contractor shall maintain all tools and equipment in accordance with manufacturer and OSHA requirements. vii.The contractor shall maintain a record of required and completed safety inspections and maintenance required for tools and equipment. The contractor shall include this information in the following deliverable: Status of Government Furnished Equipment Report. mm.Modifications and Equipment Installations: i.The contractor shall install safety harness attachment points to allow work in accordance with applicable safety regulations pertaining to elevated work requirements: 3 at Small Environmental Chambers; 2 at Calorimeter Lab; 1 at PEVEL Chamber Main Fan. If the contractor determines that they will need additional tie-off points, they shall include this in their proposal. ii.Spencer Turbine Bearing Temperature Monitor Control (BTMC): The contractor shall purchase and install 2 Temperature Monitors with installation kits on 2 Spencer turbine blowers and trip function wired to VFD. Installation shall be performed by a Spencer authorized service contractor. iii.Calorimeter Rooftop Air Intake Filter Modification: The contractor shall add a support structure designed to fit disposable filters and equip the unit with disposable filters. iv.Munters Data Logging and Monitoring System: The contractor shall install OPC Server software or an equivalent system, which interfaces with the Jacobs environmental chamber control systems to provide alarm indication of abnormal conditions. A Jacobs authorized service contractor shall perform this work. v.Jacobs OPC Data logging and Monitoring System: The contractor shall develop and install a data logging function that provides daily and weekly reports of critical equipment operating parameters, equipment warning or fault conditions. A Jacobs authorized service contractor shall perform this work. vi.Cooling Water Strainer: The contractor shall install a motorized, automatic, self-cleaning strainer system on the main cooling water intake to the GSPEL Building. The system shall be completely functional at completion of installation. The contractor shall install a 100-mesh screen (152 Micron Equivalent minimum). The contractor shall install an quote mark Eliminator 723 quote mark by Fluid Engineering or an approved equivalent. The performance specifications of the strainer are as follows: 1.Max Flow Rate: 6,200 gpm 2.Average Flow Rate: 3,600 gpm 3.Filter: 152 MICRON's 4.Backwash Rate: Less than 6 percent throughput 5.Power Supply: 120VAC 6.Connection: In-line flange connection vii.The contractor shall identify, in advance, the impacts that maintenance, modifications, or installations will have on ongoing or adjacent operations and provide notice to the Government. The contractor shall provide a schedule to accompany the notice on an as required frequency as follows: Daily Site Activity Schedule. viii.The contractor shall provide a chemical sealing system to the GSPEL mezzanine floor which will prevent liquid leakage from the chemical containment area of the mezzanine to adjacent spaces. At a minimum, this sealing system shall include a two-part epoxy floor coating covering the entire floor and containment curbing of the mezzanine area (7,035 sq-ft). C.Additional work required supporting overall operations and maintenance plan that must be incorporated as follows: a.The contractor shall perform calibration of Vehicle Environmental Chamber (VEC) and GSPEL Test Instrumentation. The contractor shall utilize NovaStar Solutions or an ISO 17025 accredited metrology laboratory. All calibrations shall be performed onsite within a two-day period. b.The contractor shall perform calibration of VEC and GSPEL hazardous gas detection systems. The contractor shall utilize an Inotek authorized calibration service. c.The contractor shall perform vibration analysis on a quarterly/semi-annual basis for 25 motors to include, but not limited to, dynamometers, chillers and fans. Motors to be identified by government representative. d.The contractor shall perform vibration analysis quarterly for 2 Spencer turbines blowers. e.One time vibration analysis program start up and programming to establish a baseline for quarterly/semi-annual vibration analysis of 25 motors. f.The contractor shall perform motor circuit analysis (MCA) for 19 motors. The contractor shall provide analysis reports for each motor circuit. The contractor shall perform this analysis annually with both on and off- line conditions. g.The contractor shall perform infrared (IR) and ultrasound analysis of 27 motors, variable frequency drives, load centers and air systems on an annual basis. h.The contractor shall perform oil analysis annually for all equipment. i.The contractor shall perform a quarterly inspection and maintenance program for the PEVEL Bridge Crane. The contractor shall provide all reports and documentation of results. j.The contractor shall calibrate the AVL 415S smoke meter on an annual basis. D.Work Orders a.The contractor shall perform maintenance, modification, calibration, clean-up, and repair work on GSPEL systems on an as-requested basis. b.Upon receipt of a work order, the contractor shall develop a proposal detailing all labor, material, overhead costs, and profit associated with the scope of work. c.Once the government has received the proposal from the contractor, the Government will, at its discretion, provide notice to proceed with the work. d.Once the contractor proceeds with work the contractor shall report status of work on the following deliverable: Service/Work Request Report. e.Upon completion, the contractor will provide a work summary detailing the performance of the work including before and after photographic documentation. The contractor shall include this information in the following deliverable: Contractor Progress, Status, and Management Report. 1.3COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK A.The Contractor shall commence work under this contract within the time allotted under the Request for Proposal (RFP). B.Regular working hours shall consist of an 8 hour period between 7:00 a.m. and 5:00 p.m., Monday through Friday, and 7 a.m. to 11 p.m. on Saturday, excluding Government holidays. 1.4CONFERENCES / MEETINGS A.The Government representative will schedule Progress Meetings to review work performance status and to allow for coordination of upcoming work. These meetings will be held on a monthly basis. During this meeting the contractor shall provide the following deliverable: Contractor Progress, Status, and Management Report. 1.5WORK PROCEDURES A.Surrounding Site Conditions: Prior to commencement of the work, the Contractor shall perform a site investigation to verify the condition of both the building and equipment incorporated into this contract. Any issues will be brought to the Government's attention for immediate resolution and guidance. B.All work is to be coordinated and scheduled around the buildings laboratory testing and operations schedule. Government approval is to be received prior to any maintenance and repair work that will impact the building occupants and testing operations. 1.6 DISPOSITION OF UTILITIES A.All applicable codes and regulations must be met for all utilities work being executed under this Contract. B.Active utilities shall be adequately protected from damage during any required maintenance or repair work. Where active utilities or other improvements are encountered; the work shall be adequately protected as required. C.No utilities shall be shut-off without prior approval and notification of all parties involved. The contractor shall perform shut-offs by approved methods and shall follow local lock-out-tag-out procedures. D.The contractor is authorized to use Government utilities only for the completion of work under this contract. 1.7PROTECTION A.All work areas and adjacent spaces are to be protected at all times to ensure a safe and functional work space. Contractor must schedule and perform work to ensure existing lab operations are not impacted. If the contractor cannot avoid impacts then the contractor will provide notification and a detailed schedule of the work and it impact. The contractor shall provide the following deliverable for all work with outside impacts: Daily Site Activity Schedule. 1.8CONTRACTOR ACCESS AND USE OF PREMISES A.Activity Regulations: Ensure that Contractor personnel employed on the Activity become familiar with and obey Activity regulations, including safety, fire, traffic and security regulations. Keep within the limits of the work and avenues of ingress and egress. Ingress and egress of Contractor vehicles at the Activity is limited to the gate on 11 Mile Rd. To minimize traffic congestion, delivery of materials shall be outside of peak traffic hours (6:30 to 8:00 a.m. and 3:30 to 5:00 p.m.) unless otherwise approved by the Contracting Officer. Wear hard hats in designated areas. Do not enter any restricted areas unless required to do so and until cleared for such entry. The Contractor's equipment shall be conspicuously marked for identification. B.Subcontractors and Personnel Contacts: Furnish a list of contact personnel of the Contractor and subcontractors including addresses and telephone numbers for use in the event of an emergency. As changes occur and additional information becomes available, correct and change the information contained in previous lists. C.Identification Badges: Identification badges, if required, will be furnished without charge. The application for and use of identification badges will be as directed. Furnish a completed EMPLOYMENT ELIGIBILITY VERIFICATION (DHS FORM I-9) form for all personnel requesting badges. This form is available at http://uscis.gov/graphics/formsfee/forms/files/i-9.pdf. Immediately report any instances of lost or stolen badges to the Contracting Officer. D.Employee List: The Contractor shall provide to the Contracting officer, in writing, the names of two designated representatives authorized to request personnel and vehicle passes for employees and subcontractor's employees prior to commencement of work under this contract. E.Personnel Entry Approval: Failure to obtain entry approval will not affect the contract price or time of completion. F.Hazardous Materials (HAZMAT): All HAZMAT products will be processed in and out through the Detroit Arsenal HAZMART and comply with the Detroit Arsenal Hazard Communication (HAZCOM) program. 1.9SAFETY PRECAUTIONS AND PROGRAMS A.Safety: The Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the work under this Contract. Due to the critical nature of the Government's projects, it is imperative that the Contractor coordinates all maintenance and repair work at or in existing facilities with the designated representative. Facilities Engineering will provide the Contractor with the name of a Division representative and the Contractor must make contact prior to starting work; especially any potentially hazardous activity such as welding. Contact with the Division representative must also be made prior to scheduling access to any roof where laboratory exhausts exist. B.Emergency Assistance: The Contractor will be responsible for providing medical attention for its own employees. In cases of emergency, call 911 (EMS). Give the building number, location and brief description of the emergency. The emergency number is monitored at all times, day or night. This will alert Institute personnel to provide directions to emergency vehicles when required. C.Hot Work Permits at Existing Facilities: Contractors are required to be familiar with TARDEC work and fire hazards and must conform to the hot work permit procedures outlined herein. D.A fire safety supervisor (Institute employee) will be designated in the contract or purchase order, and the Factory Mutual Hot Work Permit form must be used to authorize hot work. E.A hot work permit is required for any temporary operation involving open flame, producing sparks, or high heat. Examples of these operations include, but are not limited to: brazing, cutting, grinding, soldering, pipe thawing, torch-applied roofing, and welding. F.Safety rules that must be followed prior to or during a hot work procedure are as follows: i.A fire safety supervisor (Institute employee) will be designated to authorize hot work and to exercise control over the hot work area for fire prevention. If unsafe conditions are observed during the hot work operation, the work will be stopped until the hazard can be neutralized or eliminated. ii.No hot work is permitted without authorization from the designated fire safety supervisor, in the form of a signed hot work permit. This permit will be valid for a maximum of one work shift. After this time period, the fire safety supervisor must authorize another permit before any hot work can continue. iii.Contractors will establish a fire watch for all temporary hot work. This will require that a suitable fire extinguisher be on site and that a person trained in fire extinguisher use will man it. The fire watch will continue during all hot work activities and for one-half hour after hot work activities have been completed. iv.The contractor will verify that all hot work equipment is in proper working order and in a fire safe condition. The fire safety supervisor will conduct an inspection of contractor equipment before the hot work permit is issued, and any unsafe equipment will be removed. v.Contractor equipment or material that is to be stored in the facility overnight must be properly secured in an area designated by the fire safety supervisor. G.Hazardous Materials (HAZMAT) Handling a.The contractor shall handle all HAZMAT within the guidelines established by all applicable governing bodies. b.The contractor shall work within the established HAZMAT handling policies established in the TARDEC ISO 17025 policies. c.All HAZMAT entering or leaving the US Army Garrison Michigan will be processed through the garrison Hazardous Materials Market (HAZMART). d.All HAZMAT will be stored in OSHA approved HAZMAT storage containers and individually isolated from each other in compliance with their individual storage requirements. 1.10FINAL CLEANING A.Upon the completion of any work, all work areas are to be cleaned and restored to a state consistent with the level directed by the Government in the start of work meeting.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/35c02300dded2ae7da784930b2c44459)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03128665-W 20130728/130726234816-35c02300dded2ae7da784930b2c44459 (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.