Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

J -- 400Hz Frequency Converter Maintenance

Notice Date
2/13/2020 11:46:02 AM
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
 
ZIP Code
18466-5079
 
Solicitation Number
W25G1V20R0017
 
Response Due
2/28/2020 12:30:00 PM
 
Archive Date
03/14/2020
 
Point of Contact
Maureen Myrthel, Phone: 5706159535
 
E-Mail Address
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PRE-SOLICITATION NOTICE The Army Contracting Command, Aberdeen Proving Ground, Tobyhanna Division, Tobyhanna, PA 18466, intends to solicit and award a firm fixed-price supply contract for Preventative Maintenance and Emergency On call service repairs for thirty seven (37) 400 Hz cycle converters located throughout Tobyhanna Army Depot. The NAICS Code is 811310 and the size standard is $8M. A Request for Proposal will be issued on or about March 9, 2020 under Solicitation number W25G1V-20-R-0017 as a %100 small business set aside. This notice of intent is not a request for competitive proposals. Solicitation will be in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5, ""Simplified Procedures for Certain Commercial Items"" and therefore will utilize simplified procedures for soliciting competition, evaluation, award documentation and notification that comply with FAR 13.1. The following draft Performance Work Statement (PWS) may be updated, revised or changed throughout the Solicitation period. The Government is not responsible for any costs incurred for contractor's time or materials expended in preparing information/response to this Pre-Solicitation Notice and any subsequent Solicitation. Key elements of the �PWS� shall include, but not be limited to the following: 1) Preventative Maintenance and Emergency On call service repairs for thirty seven (37) 400 Hz cycle converters located throughout Tobyhanna Army Depot.� The Preventative Maintenance requirements are at three various TIER levels, and each TIER is described below.� Also included within this contract will be up to Six (6) Emergency On Call Repair Services.� The converters are from various manufacturers, a table will be provided in the Solicitation PWS which identifies the specific converters to be serviced. 2)� General Requirements: Contractor shall supply all supervision, labor and test equipment, tools, travel and lodging to provide preventative maintenance service to appropriate TIER level as per table located in PWS.� Up to Six emergency on call repairs is included in the contract as well.� 3)� Specifications: a. TIER I Preventative Maintenance:� Preventative Maintenance (PM) shall identify any problems and making necessary adjustments and/or repairs in accordance with manufacturers specifications including but not limited to the following for each individual converter: 1.� Inspect for proper operation and potential problems 2.� Correct any potential problems. 3.� Disconnect all input power and lock out panel. 4.� Open all panel doors and remove all covers to visually inspect for loose connections, deterioration and charring.� Items to be inspected shall include but not be limited to all power connections, power cables, capacitors, transformers and associated components, semi-conductors, wire harnesses, printed circuit boards, cooling fans, blowers, circuit breakers and power supplies.� Repair and replace as needed. 5.� Check/verify all the input and output voltages/wattages and ensure that all meters and indicator lights are operating properly.� If voltages are out of tolerance or meters or lights are not working properly, the appropriate corrective action will be taken. 6.� Clean all filters, replace as needed.� Vacuum inside of converter. This includes total cleaning of the unit. 7.� Contractor will provide a written report to the Contracting Officer Representative (COR) on all findings and recommendations. 8.� PM shall be scheduled through the COR one month prior to the PM taking place. 9.� PM will be performed on a quarterly basis (every 3 months) and will consist of four visits per year on all aforementioned converters.� b. TIER II Preventative Maintenance:� PM shall identify any problems and making necessary adjustments and/or repairs in accordance with manufacturers specifications including but not limited to the following for each individual converter: 1.� Inspect for proper operation and potential problems 2.� Correct any potential problems. 3.� Disconnect all input power and lock out panel. 4.� Open all panel doors and remove all covers to visually inspect for loose connections, deterioration and charring.� Items to be inspected shall include but not be limited to all power connections, power cables, capacitors, transformers and associated components, semi-conductors, wire harnesses, printed circuit boards, cooling fans, blowers, circuit breakers and power supplies.� Repair and replace as needed. 5.� Check/verify all the input and output voltages/wattages and ensure that all meters and indicator lights are operating properly.� If voltages are out of tolerance or meters or lights are not working properly, the appropriate corrective action will be taken. 6.� Clean all filters, replace as needed.� Vacuum inside of converter. This includes total cleaning of the unit. 7.� Contractor will provide a written report to the COR on all findings and recommendations. 8.� PM shall be scheduled through the COR one month prior to the PM taking place. 9.� PM will be performed on a semi-annual basis (every 6 months) and will consist of two visits per year on all aforementioned power supplies.� ���� c. TIER III Preventative Maintenance 1.� PM will be performed on an annual (once yearly) basis and will consist of one visit per year on units that are idle, in storage or utilized as temporary units.� If and when the units are pulled out of storage to replace one of the units in TIER I or TIER II, that unit would then become a TIER I or TIER II unit and PM for that TIER would be followed for the remainder of the contract. 2.�� Contractor will be responsible to visually inspect housekeeping and check the unit to be in working order.� �� 4) Place of Performance: Contractor will perform all services on-site at Tobyhanna Army Depot, 11 Hap Arnold Blvd, Tobyhanna, PA 18466.� Repairs and PMs are to be performed during normal duty hours, Monday through Friday, 0730 to 1500 hours, excluding holidays and Base closure days.� The only exception to this would be any emergency repairs required when units are inoperable and required to meet mission requirements. 5)� Parts and Repairs: a. Contractor will provide all parts, tools, equipment, travel, lodging and labor to successfully complete any repairs that are required.� Upon completion of all repairs and PMs, the Contractor will demonstrate to appropriate personnel that all converters are fully operational under �load� conditions. b. Contractor will provide a list of parts with the associated cost, if any.� The COR (or appropriate personnel) will verify parts/work required.� Contractor shall not commence any work without prior authorization. c. The contractor will provide a written report describing all repairs made including a list of parts replaced. 6)� Evaluation of Upgrade: a. Preventative Maintenance Services will include evaluation of all the units for possible upgrade.� Contractor is to discuss and provide a report on any engineering changes or installations that would be necessary, along with associated costs to convert units from the current configurations. 7)� Emergency Calls: a. Contractor will provide a qualified factory trained technician to perform all repairs for on-site emergency service calls (up to 6 total Emergency calls throughout the course of the contract).� Response time for any and all emergency service calls on all units will be within a 48 hour timeframe, not to exceed 72 hour response time will be mandatory.� An emergency call shall be defined as follows:� any problem that threatens to cause any converter to become inoperable.� The Contractor will provide a list of all parts needed to return any aforementioned converter to its operational condition �under load�.� Once approved the Contractor will install all parts to return any aforementioned converter to its operational condition. 8)� Payment: a. Payment will be on a quarterly basis, after certification by COR. �All invoices will be submitted and paid through WAWF. 9)� Quality Assurance: a. Quality Assurance/Rejection of work:� Any indication of lack of quality workmanship on the part of the contractor shall be sufficient grounds for TYAD to reject the work until the contractor performs the required repairs to conform to the contract.� There will be no additional costs incurred to TYAD for these services. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. All information contained within this Pre-Solicitation Notification is subject to change. Point of contact is Maureen Myrthel, Contract Specialist, Phone 570-615-9535, email Maureen.Myrthel.civ@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dbaa94ca9fd64afdbf6096f7da7a6b0e/view)
 
Place of Performance
Address: PA 18466, USA
Zip Code: 18466
Country: USA
 
Record
SN05561792-F 20200215/200213230136 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.