Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

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

Notice Date
8/6/2013
 
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
W56HZV-13-R-A129
 
Response Due
8/20/2013
 
Archive Date
10/5/2013
 
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
Army Contracting Command - Warren (ACC-WRN) 6501 E. Eleven Mile, Warren, MI 48397 Synopsis / Notice of Proposed Contract Action in support of the anticipated United States Army Tank and Automotive Research, Development and Engineering Center (TARDEC) Ground Systems Power and Energy Laboratory (GSPEL) Equipment Maintenance and Repair Contract PLEASE NOTE: Nothing in this pre-solicitation announcement shall qualify as the actual Request for Proposal (RFP). The actual RFP will include the Performance Work Statement, Instructions, Evaluation Factors, and all other information required for submitting a proposal. Any change to the actual RFP will be by amendment. Contracting Office Address: 6500 E. 11 Mile Rd Warren, MI 48397-5000 United States Primary Point of Contact.: Staff Sergeant Eric Kirkpatrick Contract Specialist eric.l.kirkpatrick.mil@mail.mil Phone: 586-282-9767 On behalf of TARDEC, ACC-WRN anticipates issuing a competitive solicitation utilizing full and open competition for an equipment maintenance and repair contract with a one year base period and two, one-year option periods on or about 22 August 2013. Although no small business set asides will be used, all large business responding to the prospective solicitation will be required to have a small business subcontracting plan. The purpose of the anticipated contract is to provide TARDEC's GSPEL with the services described below: SUMMARY OF THE WORK C.1 DESCRIPTION OF WORK C.1.1 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. C.1.2The 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.1.3The 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. C.1.4The 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. C.1.5. All maintenance and repair work must meet all applicable requirements of the Original Equipment Manufacturer (OEM) to ensure that all warranties are maintained. C.2SCOPE OF WORK C.2.1Provide all maintenance, calibration and repair work required to support the Operations and Maintenance (O&M) requirements for the GSPEL lab.. The contractor shall reference the O&M manual specific to each item of equipment to determine maintenance requirements. The contractor shall provide a Government Furnished Inspection, Equipment Maintenance Report (CDRL A001) as a deliverable following completion of maintenance activities. The contractor shall provide a Consumable Parts Inventory and Parts Usage Report (CDRL A005) as a deliverable following completion of maintenance activities where used parts are exchanged or replaced. The contractor shall provide a Monthly Contract Progress Status and Management Report (CDRL A002) as a deliverable to report all required maintenance hours and requirements performed during the course of the previous month. The contractor shall provide a Status of Government Furnished Equipment Report (CDRL A003) as a deliverable to provide a monthly equipment status and to forecast future maintenance or repairs that will be required for each piece of equipment. C.2.1.1To 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. C.2.1.1.1Tools and Equipment: C.2.1.1.1.1All tools and equipment purchased by the contractor, as directed by this contract, shall remain property of the Government. C.2.1.1.1.2The contractor shall purchase a meg-ohm meter and laser temperature meter. C.2.1.1.1.3The contractor shall purchase required ladders to support all maintenance and repair requirements. C.2.1.1.1.4The 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. C.2.1.1.1.5The 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 (CDRL A004). C.2.1.1.1.6The contractor shall maintain all tools and equipment in accordance with manufacturer and OSHA requirements. C.2.1.1.1.7The 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 (CDRL A003). C.2.1.1.2Modifications and Equipment Installations: C.2.1.1.2.1The 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. C.2.1.1.2.2Spencer 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. C.2.1.1.2.3Calorimeter Rooftop Air Intake Filter Modification: The contractor shall add a support structure designed to fit disposable filters and equip the unit with disposable filters. C.2.1.1.2.4Munters 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. C.2.1.1.2.5Jacobs 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. C.2.1.1.2.6Cooling 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 C.2.1.1.2.7The contractor shall identify, in advance, the impacts that scheduled 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 basis as follows: Daily Site Activity Schedule (CDRL A006). C.2.1.1.2.8The 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.2.1.2The contractor shall be responsible for maintaining the following pieces of equipment in accordance with OEM specifications: 1.Armstrong Humidity System 2.Munters Make-up Air Unit 3.Trane Condensing Units 4.York Refrigeration Plant 5.Watlow Liquid Electric Heater 6.PEVEL Chamber Heater Pump Package and Reservoir Pump Package 7.Atlas Technical Lighting Solar Simulator 8.PEVEL Electrical and Control System 9.Greenheck Purge/Exhaust Fans 10.Liebert Uninterrupted Power Supply 11.Generac Generator and Automatic Transfer Switch 12.Aerovent Axial Fans 13.PEVEL Chamber Nozzles and Winch 14.Ingersoll-Rand Air Dryer 15.UV - IR Fire Protection Sensors 16.Viking Fire Deluge Valve 17.Jamison Doors 18.Horiba Dynamometer Systems (12 Dynamometers/Drives) 19.AeroVironment AV800 20.AeroVironment AV900 (Qty of 2) 21.Russels Environmental Chambers A & B 22.Russels Large Environmental Chamber 23.Battery Lab Roof Top Unit - 8 24.Battery Test Cell Exhaust Air Scrubber Units (3 Units) 25.Fume Hoods (4 Units) 26.Calorimeter 50 Ton Scroll Chiller 27.Calorimeter Tunnel 28.Calorimeter Blowers and VFD 29.Calorimeter Coolant-Oil Recirculation Skid 30.Calorimeter Chiller Pump Skid 31.Spencer Blower (2 Units) 32.Air Filter Bench 33.Air Mat Arrestor 34.Roll-Around Refrigeration Carts (3 Units) 35.Mezzanine Battery Load Air Handling Units (2 Units) 36.Air Flow Lab Air Handling Units ACC-1 and ACC-2 C.2.1.3Additional work required supporting overall operations and maintenance plan that must be incorporated as follows: C.2.1.3.1 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. C.2.1.3.2 The contractor shall perform calibration of VEC and GSPEL hazardous gas detection systems. The contractor shall utilize an Inotek authorized calibration service. C.2.1.3.3 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. C.2.1.3.4The contractor shall perform vibration analysis quarterly for 2 Spencer turbines blowers. C.2.1.3.5One time vibration analysis program start up and programming to establish a baseline for quarterly/semi-annual vibration analysis of 25 motors. C.2.1.3.6The contractor shall perform motor circuit analysis (MCA) for 19 motors. The contractor shall provide analysis reports for each motor circuit (CDRL A008). The contractor shall perform this analysis annually with both on and off- line conditions. C.2.1.3.7 The contractor shall perform infrared (IR) and ultrasound analysis of 27 motors, variable frequency drives, load centers and air systems on an annual basis. C.2.1.3.8 The contractor shall perform oil analysis annually for all equipment listed elsewhere in section 1.2.D C.2.1.3.9The contractor shall perform a quarterly inspection and maintenance program for the PEVEL Bridge Crane. The contractor shall provide all reports and documentation of results (CDRL A007). C.2.1.3.10The contractor shall calibrate the AVL 415S smoke meter on an annual basis. C.2.1.4Equipment Repairs C.2.1.4.1 Should the contractor discover a mechanical deficiency or any condition requiring remedial action or repairs in any piece of equipment listed above, it shall notify the COR and provide a written estimate of the price of repair. This estimate shall list the number of hours, by labor category, as well as the type and cost of materials needed to make the repairs. C.2.1.4.2If the Government discovers that a mechanical deficiency or any condition requiring remedial action or repairs in any piece of equipment listed above, it shall notify the contractor. The contractor shall send a representative within one business day to diagnose the problem, and shall provide a written estimate of the price of repair. This estimate shall list the number of hours, by labor category, as well as the type and cost of materials needed to make the repairs. C.2.1.4.3 Once the government has received the written estimate from the contractor, the Government will, at its discretion, provide notice to the contractor to proceed with the work. C.2.1.4.4The contractor shall provide a monthly status report for all ongoing equipment repairs on the following deliverable: Contractor Progress, Status, and Management Report (CDRL A002).Upon completion of repair work, the contractor shall provide a work summary detailing the performance of the work, to include before and after photographic documentation. The contractor shall include this information in the following deliverable: Contractor Progress, Status, and Management Report (CDRL A002). C.3COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK C.3.1The Contractor shall commence work under this contract within the time allotted under the Request for Proposal (RFP). C.3.2Regular 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. C.4CONFERENCES / MEETINGS C.4.1The 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 (CDRL A002) C.5WORK PROCEDURES C.5.1Surrounding 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. C.5.2All 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. C.6 DISPOSITION OF UTILITIES C.6.1All applicable codes and regulations must be met for all utilities work being executed under this Contract. C.6.2Active 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.6.3No 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. C.6.4The contractor is authorized to use Government utilities only for the completion of work under this contract. C.7PROTECTION C.7.1All 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 (CDRL A006) C.8CONTRACTOR ACCESS AND USE OF PREMISES C.8.1Activity 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. C.8.2Subcontractors 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.8.3Identification 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. C.8.4Employee 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. C.8.5Personnel Entry Approval: Failure to obtain entry approval will not affect the contract price or time of completion. C.8.6Hazardous 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. C.9 SAFETY PRECAUTIONS AND PROGRAMS C.9.1 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. C.9.2Emergency 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.9.3Hot 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. C.9.4A 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. C.9.5A 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. C.9.6Safety rules that must be followed prior to or during a hot work procedure are as follows: C.9.6.1A 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. C.9.6.2No 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. C.9.6.3Contractors 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. C.9.6.4The 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. C.9.6.5Contractor 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. C.9.7Hazardous Materials (HAZMAT) Handling C.9.7.1The contractor shall handle all HAZMAT within the guidelines established by all applicable governing bodies. C.9.7.2The contractor shall work within the established HAZMAT handling policies established in the TARDEC ISO 17025 policies. C.9.7.3All HAZMAT entering or leaving the US Army Garrison Michigan will be processed through the garrison Hazardous Materials Market (HAZMART). C.9.7.4All HAZMAT will be stored in OSHA approved HAZMAT storage containers and individually isolated from each other in compliance with their individual storage requirements. C.10FINAL CLEANING C.10.1Upon 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. C.11 CONTRACTOR MANPOWER REPORTING (CMR) C.11.1 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 manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: (1)Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2)Contract number, including task and delivery order number; (3)Beginning and ending dates covered by reporting period; (4)Contractor name, address, phone number, e-mail address, identity of Contractor employee entering data; (5)Estimated direct labor hours (including sub-Contractors); (6)Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7)Total payments (including sub-Contractors); (8)Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9)Estimated data collection cost; (10)Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11)Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12)Presence of deployment or contingency contract language; and (13)Number of Contractor, and sub-Contractor employees deployed in theater this reporting period (by country). C.11.2 As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5e34cdb0a1335cc38c3f37a134d2759a)
 
Place of Performance
Address: ACC - Warren (ACC-WRN)(DTA) ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
Zip Code: 48397-5000
 
Record
SN03139241-W 20130808/130807000206-5e34cdb0a1335cc38c3f37a134d2759a (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.