Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
SOLICITATION NOTICE

J -- Breathable Air System Maintenance/Repair - Bid Schedule

Notice Date
4/19/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91ZLK) TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
0011006269
 
Archive Date
6/3/2017
 
Point of Contact
Ariel J. Martin, Phone: 4438614745
 
E-Mail Address
ariel.j.martin2.civ@mail.mil
(ariel.j.martin2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule - must be submitted with quotes. COMBINED SYNOPSIS/SOLICITATION 0011006269 PREVENTIVE MAINTENANCE AND REPAIR SERVICE FOR BREATHABLE AIR SYSTEMS BRAND NAME OR EQUAL This combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 (13 January 2017). The solicitation number for this request for proposal (RFP) is 0011006269. This requirement is under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the Small Business Size Standard $7.5M. This is a 100% small business set aside. The Government contemplates award of a Firm-Fixed Price in accordance with FAR 13.500. This procurement will be evaluated as Brand Name or Equal, lowest price technically acceptable, for the procurement of the following services/materials. 1. CLIN 0001, Scheduled Maintenance - The contractor will perform 4 quarterly full service preventative maintenance on: Units covered under this contract: • Martech Model 80 Breathable Air System(Quantity 2) • Ultra Air/Sullair Air Dryers (Quantity 3) • Martech Model ABM 700 CO Monitors (Quantity 2) • Ingersoll Rand Air Compressor (Quantity 3) • Ingersoll Rand Dryer Tower (Quantity 3) • Oil-Water Separator (Quantity 2) 2. CLIN 0002, Unscheduled repairs - For repairs or upgrades outside the scope of the above scheduled maintenance, the contractor will be available to travel to the site to give a free written estimate broken down by parts and labor hours. Prior Contracting Officer's Representative (COR) approval is required before any unscheduled repairs can be completed. Estimated hours included in Bid Schedule. 3. Other contract requirements - Please provide two references for prior work on similar breathing air systems. 4. All preventative maintenance services and functional tests must be identified to ensure that the equipment performs in compliance with manufacturers operating and maintenance instructions to maintain Grade "D" quality air. The contractor will run the Compressor System separate from the Breathing Air System for a period of time to blow out any residual oils and particulate. This will be done to help remove any harmful carryover to the Breathing Air System filtration. 5. Contractor as an independent party and not an agent of the government shall provide all labor, parts, materials, tools, and equipment to perform preventive maintenance and service repairs to government equipment as required above by the original manufacturer recommendations. All work is to be performed during normal working hours, Monday through Thursday, 7:00 AM to 4:30 PM, and every other Friday, 7:00 AM to 3:30 PM, on days Aberdeen Test Center is open for business, unless agreed to otherwise by both parties. Contractor is responsible for removing all debris generated at the designated work area. All work to be performed will be inspected by the government for compliance with requirements by the Contracting Officer's Representative (COR). 6. Contractor shall provide a comprehensive schedule for preventative maintenance and inspection of the compressed breathing air system. Contractor personnel shall be US citizens and may be subject to background investigations. 7. This Period of performance will be for one base year with the option to extend for 2 option years. 8. Applicable clauses and Provisions are as follows: 52.212-1 Instruction to Offerors Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. See pricing submission structure below. 52.212-3 Offeror Representations and Certifications -- Commercial Items. All quotations from responsible sources will be fully considered. Vendors, who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. 52.212-4 Contract Terms and Conditions Commercial Items This clause applies in its entirety and there are currently no addenda to the provision. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. This clause applies, and the following clauses are incorporated by reference. The following provisions and clauses will be incorporated by reference, and the full text of the references may be accessed electronically at this address: http://farsite.hill.af.mil: (a) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (b) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (July 2013) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). (c) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days before the contract expires. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days before the contract expires; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years. SUBMISSION PROCEDURES: Please see Bid Schedule (file) for submission format. All questions regarding this solicitation must be submitted to the Purchasing Agent via email no later than 12:00 p.m. EST, 28 April 2017. Please submit questions to Ariel Martin, via email at ariel.j.martin2.civ@mail.mil. All Firm Fixed Price (FFP) quotes must be signed, dated, and received by 12:00 p.m. EST, 19 May 2017. All quotations from responsible sources will be considered. Vendors who are not registered in the System for Award Management (SAM) database prior to award will not be considered. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items, with its offer. NO TELEPHONE REQUESTS WILL BE HONORED. Performance Work Statement Breathable Air and Compressor Maintenance & Repair I. Background The ATC Paint Shop provides industrial painting support to ATC and several other APG Garrison tenants. Their mission requires various abrasive blasting, priming and painting methods that require supplied air in order to avoid personnel's exposure to potentially hazardous debris/chemicals. For the safety of ATC personnel, the breathable air system and its associated components require routine maintenance and emergency repair to ensure air supplied meets rigorous industry standards. II. Scope of Work The contractor will be responsible for both providing scheduled maintenance and performing unscheduled repairs on applicable equipment. The following outlines specific tasks to be completed within the scope of this contract: 1. Scheduled Maintenance The following outlines tasks required as part of the scheduled maintenance for the ATC Paint Shop. Please note that the contractor is responsible for completing additional tasks as required by equipment manufacturer recommendations or other applicable industry standards. i. Martech Model 80 Breathable Air System Model ABM 700 CO Monitor Quarterly Maintenance The contractor will complete four (4) quarterly full service preventative maintenance on two (2) Martech Model 80 breathing air systems, to include two (2) Martech Model ABM 700 CO Monitors and air quality testing. 1. Inspect and check inlet and outlet flow rates, pre-filter and drain 2. Check timer sequence, pressure gauges and mufflers 3. Replace final filter element as required by manufacturer 4. Replace pre-filter as needed 5. Inspect check valve, strainer and desiccant for contamination 6. Replace catalyst filter once a year per manufacturer recommendation 7. Test CO monitor alarms for proper operation 8. Check CO monitors sensors and calibrate 9. The Contractor shall ensure supplied air meets Grade "D" quality air by taking samples of outlet air from the Martech breathing air systems and send sample out to a third party lab for analysis and results. Prior to collecting the sample, the contractor will run the compressor system separately from the breathing air system for a period of time to prevent any residual oils and particulate from entering the breathing air system filtration. Third party lab's results shall be submitted to ATC COR. ii. Ingersoll Rand Air Compressor Annual Maintenance The contractor will complete one (1) annual preventative maintenance on three (3) Ingersoll Rand air compressors (Model SSR-EP30SE) and associated air-dryers, filters, and oil-water separators. The following details the actions required for the one (1) annual maintenance: 1. Change oil 2. Change separator element 3. Replace the air inlet filter element 4. Replace oil filter element 5. Clean scavenger line screens and orifices 6. Blow out after cooler 7. Rebuild minimum pressure valve 8. Take oil sample for annual analysis 9. Check all electrical connections and tighten as required 10. Check Amp Draw 11. Inspection and Servicing of all condensate auto drains 12. Inspection of all flexible/solid pipe work including fittings for leaks 13. General inspection and cleaning of compressor to identify potential problems 14. Test run of the air compressor and other compressed air equipment related to producing compressed air 15. Complete/submit field service report to ATC COR iii. Ingersoll Rand Air Compressor Quarterly Maintenance The contractor will complete an additional three (3) quarterly preventative maintenance services for the three (3) Ingersoll Rand air compressors described in p. ii. These services shall be scheduled quarterly, and coincide accordingly with the annual preventative maintenance. The following details the actions required for the three (3) quarterly maintenances: 1. Replace the air inlet filter where appropriate 2. Replace the oil filter where appropriate 3. Top off oil level as required 4. Blow out cooler 5. Inspect and clean scavenger lines 6. Check all electrical connections and tighten as required 7. Check Amp draw 8. Inspect and servicing of all condensate auto drains 9. Inspection of all flexible/solid pipe work including fittings for leaks 10. General inspection and cleaning of compressor to identify potential problems 11. Test run of the air compressor and other compressed air equipment related to producing compressed air 12. Complete/submit field service report to ATC COR iv. Air Dryer and Oil Water Separator Quarterly Maintenance The contractor will complete four (4) preventative maintenance services on the air dryers and oil/water separators during the quarterly compressor service. The following outlines the tasks required: 1. Inspect and check inlet/outlet temperatures 2. Inspect and check inlet/outlet pressure 3. Check refrigerant suction temperature and pressure 4. Check for refrigerant leaks 5. Check coolers and blow out as required 6. Replace pre-filter as required 7. Inspect oil water separator for proper operation 8. Replace oil water separator Carbon filter 9. Check auto drains for proper operation 10. Complete/submit field service report to ATC COR 2. Unscheduled Maintenance For any repairs or upgrades outside the scope of the above scheduled maintenance, the Contractor shall provide emergency, on-site service to ATC for troubleshooting efforts at no additional cost to the Government. The responding technician will provide a recommendation for corrective action, and provide an estimate for parts and labor to complete the corrective action. The ATC COR will authorize the commencement of work or order a lockout/tag-out of the downed equipment. Emergency repair requests must be completed within (3) business days, unless otherwise authorized by the ATC COR. III. Equipment List i. Martech Model 80 Breathing System (2 EA) ii. Ultra Air/Sullair Air Dryers (3 EA) iii. Martech Model ABM 700 CO Monitors (2 EA) iv. Ingersoll Rand Air Compressor - Model SSR-EP30SE (3 EA) v. Ingersoll Rand Dryer Tower - Model UA125AC (3 EA) vi. Trapper Oil/Water Separators (2 EA) IV. General Requirements 1. The Contractor shall designate a single service manager that will serve as the central point of contact to coordinate efforts with the ATC COR. 2. The ATC COR is the sole authority for scheduling maintenance, requesting emergency repairs, authorizing work outside of scheduled maintenance, authorizing purchases, inspecting/validating work completed and authorizing payments to the Contractor. 3. A service ticket will be generated and submitted to the ATC COR following each site visit. At a minimum, the ticket shall include the following: reason for visit, condition of all relevant equipment, any recommendations, maintenance completed, corrective actions taken, equipment removed/installed, associated costs and duration of visit. 4. For Contractor furnished replacement parts, the part must be brand new and original equipment and carry a minimum of one (1) year warranty. 5. All Contractor technicians must be able to obtain escort-required access within ATC restricted areas (U.S. citizenship is required). 6. All work is to be performed during ATC standard working hours, Monday through Thursday 0700 - 1630 and every other Friday 0700 - 1530, excluding Federal holidays. Alternate working hours may be approved if agreed upon by both parties.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39dd559abedeeed3498c2beac4eb66fe)
 
Place of Performance
Address: Aberdeen Test Center, BLDG 358 Michaelville Road, Aberdeen, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04477966-W 20170421/170419235006-39dd559abedeeed3498c2beac4eb66fe (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.