SOLICITATION NOTICE
J -- The USAG West Point intends to issue a solicitation for a Contractor to provide maintenance and servicing of various transformers at West Point.
- Notice Date
- 4/18/2014
- Notice Type
- Presolicitation
- 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
- W911SD-13-TRANSFORMERS
- Response Due
- 4/24/2014
- Archive Date
- 6/17/2014
- Point of Contact
- David Ariosto, 845 938-8205
- E-Mail Address
-
MICC - West Point
(david.ariosto@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- C.1. SCOPE OF WORK. Contractor shall provide all labor, materials, equipment and supervision necessary to perform testing, purging/pressurizing, retro fills, repairs on transformers and oil switches at various locations. (Technical Exhibit 1 (TE1) contains a current inventory of transformers and oil switches and to provide emergency services in accordance with Federal, State, Local and Environmental regulations at the United States Military Academy, West Point, NY 10996. Period of service is to be from DATE OF AWARD ( BASE YEAR) and four (4) option years. C.1.1 PERSONNEL The Contractor will provide a workforce possessing the skills, knowledge and training necessary to satisfactorily perform the services required by this contract. Personnel performing work under this contract shall remain employees of the Contractor and will not be considered employees of the Government. C.1.1.2 CONDUCT OF PERSONNEL The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct, security, or if found to be or suspected to be under the influence of alcohol, drugs or other incapacitating agent. Contractor employees subject to dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services required by this work statement. C.1.1.3 The Contractor shall provide an identification badge for each employee performing services under this contract. The identification badges will contain the Contractor's name, the contract number and project description. Each employee of the contractor shall conspicuously display on their person the identification badge while performing work in US Military Academy grounds/property. C.1.1.4 The Contractor shall notify and coordinate services with Contract Monitors, (CM) a minimum of two (2) weeks prior to transformer testing. They are located in the Electric shop, Building 667-B., West Point, New York 10996. They can be reached at (845) 938 xxxx. The contractor shall be escorted to all locations by the CM or his designated representative. C.1.1.4.1 The Contractor shall provide services during normal working hours/days 7:45 AM to 4:30 PM, Monday through Friday. No other working hours will be permitted unless approved by the Contracting Officer 48 hours in advance. C.1.1.4.2 The Contractor shall provide emergency services after normal working hours/days, Monday through Sundays (includes Federal Holidays). Contractor shall respond to emergency service call(s) within 24 hours of notification by contract monitor and make repairs as necessary to restore transformer into service. C.1.2 The Contractor shall be responsible for instructing employees in safety measures and standards as set forth by current Occupational Safety and Health Act (OSHA) standards. C.1.3 The contractor shall comply with all Federal, State and local environmental pollution standards and laws, and shall obtain appropriate permits. The Contractor shall provide copies of permits required to the Contract Monitor (COR) within 14 days of request. C.2 DEFINITIONS C.2.1 Contracting Officer: (KO). A person duly appointed with the authority to enter into and administer contracts on behalf of the Government. C.2.2 Contractor Monitor: (CM). A Government Representative responsible for monitoring contractor performance. C.2.3 Contractor Representative: A representative of the contractor who shall be the point of contact with the Government. C.3 GOVERNMENT FURNISHED PROPERTY AND SERVICES. C.3.1 The Government will escort the contractor to each location. C.3.2 The Government will provide an inventory list of transformers/oil switches (see TE 1). C.3.3 The disposal of any oil, hazardous material(s)/waste shall be coordinated with USMA Solid Waste Management Branch (SWMB). C.4 CONTRACTOR FURNISHED ITEMS. C.4.1 The Contractor shall furnish all materials, supplies, equipment and vehicles required to accomplish work under this contract. C.4.2 The Contractor shall utilize USMA developed Microsoft Excel file to compile results C.4.3 The Contractor shall provide copies of and retain on site all Material Safety Data Sheets (MSDS) for any hazardous materials used to perform this contract. C.4.4 The Contractor shall provide a hazardous manifest. C.4.5 Contractor vehicles shall carry spill equipment. C.5 SPECIFIC TASKS: C.5.1 The contractor shall provide name(s), telephone numbers, and E-mail address for contractor representative(s) who will be responsible for performing work under this contract. The contractor shall provide the contract monitor this information within ten (10) calandar days after date of award. C.5.2 The Contractor shall prepare and complete a hazardous waste manifest, which shall be coordinated with the Solid Waste Management Branch, POC Frank Piccone, located in Building 1236. The Government will provide the EPA waste disposal number which shall be included on the manifest, and a signature prior to leaving USMA. C.5.2.1 The Contractor shall provide a return copy of the manifest, indicating that the material was received at a certified Treatment Storage Disposal Facility to the POC's above. C.5.2.2 The most current applicable hazardous waste and/or solid waste transporter's permit issued by the New York State Department of Environmental Conservation and other state regulatory agencies if the materials are to be transported out of New York state. C.5.3 The contractor shall perform testing of transformer(s) identified by the contract monitor. There are approximately 50 fifty transformers which will be tested each contract year. For planning purposes testing are tentatively accomplished during the months of November and July. C.5.3.1 The contractor shall be required to perform testing on energized transformers. C.5.3.2 The contractor shall perform transformer testing for, but not limited to, the following parameters: a. Dielectric b. Acid Number c. Interfacial Tension d. Color e. Specific Gravity f. Visual Condition g. Sediment h. PCB Count (PPM) i. ASTM Test Method D-3612-02 j.Gas-in-oil analysis by gas chromatography k.Oil levels - Fill if necessary C.5.3.3 The contractor shall utilize TE 1 to verify the nomenclature on each transformer. The contractor shall update/revise the inventory to reflect the existing nomenclature on site. C.5.3.3.1 The contractor shall provide a written report of the results of the transformer testing within (30) days after services have been completed to the contract monitor. The report shall include location and transformer service identification number (TSI). C.5.3.3.2 The contractor shall provide in the remarks collum of TE 1 recommendations for maintenance and repair on the transformer tested such as leaks, oil levels, and purging. C.5.3.3.3 The Contract Monitor will identify which transformers are to be serviced. C.5.3.3.3.4 A scheduled outage shall be coordinated for retrofilling with the contract monitor prior to work being accomplished. C.5.4 The contractor shall perform testing of oil switches identified by the contract monitor. Approximately (12) twelve oil switches will be tested within each contract year. C.5.4.1 The contractor shall perform tests on oil switches for, but not limited to, the following parameters: PCB Count (PPM) Dielectric Moisture content C.5.4.2 The contractor shall provide a written report of the testing results within (30) days after services have been completed. The report shall include Building number(s) and location. The reports shall be submitted to the Contract Monitor within 30 days. C.5.5 The Contractor shall be responsible for remediation of any material spilled as a result of this operation during any phase of this contract to the satisfaction of the USMA Environmental Management Division ( EMD) or the New York State Department of Environmental Conservation (NYSDC). The Contractor shall be held liable for any clean up costs incurred by the Government if the contractor cannot clean up the spill to the satisfaction of the EMD and/or NYSDC. C.5.6 The Contractor shall provide parts not to exceed $5,000.00 for maintenance and repairs, upon receipt of authorization by the contract monitor. C.5.7 The contractor shall submit an informational invoice to the contract monitor. The invoice shall include the purchase order number, the line item number (0001) and shall detail the services performed. C.6 APPLICABLE DOCUMENTS: United States Environmental Protection Agency New York State Department of Environmental Conservation (NYSDC) 40 CFR United States Department of Transportation (NYSDOT) New York State of Transportation (NYSDOT) Code of Federal Regulations 49 CFR, A solicitation is anticipated to be issued within the next 30 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/11b8fbb5358ce735509a88ef3b677e2a)
- 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
- SN03343246-W 20140420/140418235146-11b8fbb5358ce735509a88ef3b677e2a (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 |