|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 11,1998 PSA#2178AFFTC/PKAD Directorate of Contracting, 5 S Wolfe Ave, Edwards AFB, CA
93524-1185 J -- MAINTENANCE OF CORROSION FACILITY SOL F04700-98-T-2013 POC Donna
Chesher, contract specialist, (805)277-3900, ext. 2260, John C.
Lemacks, contracting officer, (805)277-3900, ext. 2253. WEB: on-line
acquisition solicitation information system,
http://afftc_pk.elan.af.mil. E-MAIL: click e-mail link to contact the
POC, donna.chesher@edex.edwards.af.mil. This is a 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; proposals are being requested and a written
solicitation will not be issued. The solicitation number is
F04700-98-T-2013. This is a Request for Quotation. The solicitation
document and incorporated provisions and clauses are those in effect
through FAC 97-5 and DAC 91-13. This acquisition is 100% small business
set-aside. Standard industrial classification code: 7699. Small
Business Size Standard: $5M. The acquisition includes Basic and 4
option years as follows: Contract Line Item Number(s): 0001
Preventative/remedial maintenance in accordance with the statement of
work. Period of performance 1 Oct 98 -- 30 Sep 99. 0001AA Labor to
perform preventative maintenance. 12 Monthly. 0001AB Labor to perform
remedial maintenance. Estimated 240 Hours. 0001AC Material. Replacement
parts required to perform maintenance. Estimated 1 Lot (Amount to be
inserted at time of award). 0002 Preventative/remedial maintenance in
accordance with the statement of work. Period of performance 1 Oct 99
-- 30 Sep 00. 0002AA Labor to perform preventative maintenance. 12
Monthly. 0002AB Labor to perform remedial maintenance. Estimated 240
Hours. 0002AC Material. Replacement parts required to perform
maintenance. Estimated 1 Lot (Amount to be inserted at time of award).
0003 Preventative/remedial maintenance in accordance with the
statement of work. Period of performance 1 Oct 00 -- 30 Sep 01. 0003AA
Labor to perform preventative maintenance. 12 Monthly. 0003AB Labor to
perform remedial maintenance. Estimated 240 Hours. 0003AC Material.
Replacement parts required to perform maintenance Estimated 1 Lot
(Amount to be inserted at time of award). 0004 Preventative/remedial
maintenance in accordance with the statement of work. Period of
performance 1 Oct 01 -- 30 Sep 02. 0004AA Labor to perform preventative
maintenance. 12 Monthly. 0004AB Labor to perform remedial maintenance.
Estimated 240 Hours. 0004AC Material. Replacement parts required to
perform maintenance. Estimated 1 Lot (Amount to be inserted at time of
award). 0005 Preventative/remedial maintenance in accordance with the
statement of work. Period of performance 1 Oct 02 -- 30 Sep 03. 0005AA
Labor to perform preventative maintenance. 12 Monthly. 0005AB Labor to
perform remedial maintenance. Estimated 240 Hours. 0005AC Material.
Replacement parts required to perform maintenance. Estimated 1 Lot
(Amount to be inserted a time of award). Statement of work. 1. Scope of
Work: The contractor shall furnish all materials, labor, equipment, and
transportation necessary to service and perform preventative and
remedial maintenance for the corrosion facility to include maintenance
on air compressors, air dryers, breathing air system, air makeup
units, pneumatic lifts, sandblast units, flame ionization detection
system, and carbon regeneration system. Work to be performed is as
follows: a. Air compressors/air dyers/breathing air system: (1) Check
and ensure all movable parts are in proper working order. (2) Check and
repair all electrical components. (3) Check all refrigerant levels as
needed. (4) Check and clean or replace all filters as required. (5)
Inspect and adjust belts where applicable. (6) Repair leaks and replace
parts as needed for proper operation. (7) Clean aftercooler and
lubricate cooler fins. (8) Lubricate motors and bearings as necessary.
(9) Make all required service adjustments to the pilot valves,
pressure switches and regulating valves. b. Air makeup units (airflow,
heating, cooling, exhaust fans): (1) Check and ensure all movable
parts are in proper working order. (2) Check and repair all electrical
components. (3) Inspect and adjust belts where applicable. (4) Clean
burners on heating units and adjust as necessary. (5) Clean fan blades.
(6) Repair and replace bad or loose bearings. (7) Make all adjustments
and alignments to pulleys and shieves. c. Pneumatic lifts: (1) Check
and ensure all movable parts are in proper working order. (2) Lubricate
all moving parts as required. (3) Inspect aluminum drive wheels for
signs of wear, replace if needed. (4) Inspect all hoses for signs of
wear and abrasion, replace if needed. (5) Inspect ballscrews for signs
of wear or damage, replace if damage is evident. (6) Insepct and
adjust drive chain per manufacturer's specifications. d. Sandblast
units: (1) Check and ensure all moving parts are in working order. (2)
Check and repair all mechanical, electrical, and pneumatic components.
(3) Check, clean or replace all filters as required. (4) Repair leaks
and replace parts as needed for proper operation. e. Flame Ionization
Detection (FID) system: (1) Calibrate FID system as required. (2)
Inspect and repair all electrical circuits and components. (3) Replace
all filter elements as requred by mankufacturer specifications. (4)
Inspect o-rings for damage, replace as needed. (5) Inspect flame
arrestors for contamination, clean and repair components as needed. (6)
Inspect all flow sensors, switches, valves and solenoids for
contamination, leaks or anything that would reduce their performance;
repair or replace as needed. (7) Check for leaks in system. f. Carbon
regeneration skstem (thermal oxidizer, desorb unit, conveyor system)
(1) Inspect, maintain and repair conveyor (transport) system. (2)
Lubricate all bearings, motors and auger drives. (3) Inspect, maintain
and repair all mechanical and electrical components. (4) Service,
repair or replace all regulators, valves, actuators, pressure switches,
blowers, burners and heating elements as needed. (5) Inspect and
maintain instrument control panels, pilot lights, alarms, controllers
and limit indicators. (6) Repair leaks and replace parts as needed for
proper operation. (7) Inspect and adjust belts where applicable. (8)
Operate and maintain system to regenerate carbon as required. (9)
Replenish carbon in paint booth once regenerated. g. Contractor shall
comply with National Electric Code (NEC), Uniform Building Code (UBC),
Uniform Plumbing Code (UPC), Uniform Mechanical Code (UMC), and other
applicable federal and state codes, in addition to current industry
standards. h. Estimate for repairs, with breakdown for labor and parts,
will be submitted in writing within 24 hours upon request before
commencing repairs. 2. Preventative Maintenance: Preventative
maintenance will be on 30-day intervals, excluding weekends and federal
holidays. All parts and labor to perform preventative maintenance will
not exceed the allotted amount per visit. 3. Remedial Maintenance:
Remedial maintenance will be on an on-call basis, with response time
not to exceed 48 hours, excluding weekends and federal holidays. The
number of service calls needed is approximately 2 per month. 4. Work
Location: Work to be accomplished is located within the 412 Logistics
Group Complex, consisting of three paint facilities, Edwards AFB,
California. 5. Hours of Work: The hours of work will be 7:00 a.m. to
4:00 p.m., Monday through Friday, excluding federal holidays. 6.
Damages. Any government or privately owned property damaged by the
contractor shall be replaced or repaired immediately by the contractor
at no expense to the government. 7. Government Furnished Items: Water
and electricity shall be furnished to the contractor by the government
from government existing systems outlets at no cost to the contractor.
8. Contractor Furnished Items: The contractor shall be required to
furnish high lifts, trucks, bucket trucks, or the equivalent thereof,
ladders, tools and all such items necessary in the performance of this
contract at no cost to the government. 9. Safety: The contractor shall
comply with all fire and safety regulations at Edwards Air Force Base,
in addition to federal OSHA and Cal-OSHA. 10. Quality Assurance: The
contractor shall be responsible for quality assurance. The assigned
government inspector(s) shall evaluate and approve all work
accomplished. 11. Restricted Area Permits: The job site could be
located within a restricted area. The contractor shall obtain security
clearance for personnel and equipment by submitting to 412 LSS/LGLXF,
Facilities, the following: names of personnel, social security
numbers, drivers license/vehicle numbers, and copy of current vehicle
registration once week prior to commencing work. All operations within
restricted areas shall be in strict accordance with AFFTC Instruction
10-2, Control of Vehicles on the Airfield, available at:
http://www.edwards.af.mil/pim/index.html. 12. Excess Material: All
excess materials generated by the contractor shall be removed from the
job site and disposed of by the contractor daily. 13. Invoice: The
contractor shall submit invoices no more frequently than once each
month to: AFFTC/PKAD, 5 South Wolfe Avenue, Edwards AFB CA 93524-1185.
14. Replacement Parts: Reimbursement for replacement parts will be
made at contractor's cost, excluding overhead and profit. Reimbursement
will be made for actual freight costs. Reimbursement will not be made
for premium freight charges when not approved in advance by the
contracting officer. The contractor shall submit supplier invoices for
the approval of the contracting officer. 15. Labor: The hourly rate
will apply only to work done at Edwards AFB CA in accordance with
standard commercial practice. 16. Equipment List: Air compressor, Bldg
1634, 1 ea, Atlas Copco Model GA160, 200 hp motor. Air compressor,
Bldg 1600A, 1 ea, John Henry Foster, SN 3706466, 15hp. Air compressor,
Bldg 1600A, 1 ea, Quincy, SN 93145, MOSB/T30AAM. Air compressor, Bldg
1619, 1 ea, Devilbiss, Model 445, 10hp. Air dryer, Bldg 1600A, 1 ea,
130 scfm, SN C931301161. Air dryer, Bldg 1634, 1 ea, ZEKS, 8009CEDA40Z,
4 hp motor, R-22 refrigerant. Air makeup unit, Bldg 1634, 8 ea, 61,600
CFM, 3985 MM BTU/hr, Rupp/CFA-233, 40 hp motors. Evaporative cooler,
Bldg 1634, 8 ea, EVC-600 units. Exhaust units, Bldg 1634, 8 ea,
Hartzell Vaneaxial (60" diameter, 61,600 cfm, 75 hp motor). Exhaust
blowers, Bldg 1634, 4 ea, Hartzell 48 inch Vaneaxial exhaust blowers
(55,800 cfm, 70 total hp motors). Air makeup units, Bldg 1600A, 2 ea,
60,000 cfm, Rupp CFA-233-VI, 30 hp. Evaporative coolers, Bldg 1600A, 2
ea, 60,000 cfm, Rupp 600. Exhaust units, Bldg 1600A, 3 ea, Hartzell
Vaneaxial (54" diameter, varpitch, dampers). Pneumatic lift, Bldg 1634,
3 ea, LPI (2 ea) model LP2-1810-S, (1 ea) model LP2-213. Sandblast
unit, Bldg 1600A, 1 ea, Pram walk in model 101020, SN 0092. Sandblast
unit, Bldg 1600A, 1 ea, Pram cabinet model 31, SN 273. Flame Ionization
Detection system, Bldg 1634, 2 ea, Control Instruments Data Max 8000
gas detection system with 8-point sequential sampling system with
Chessel Model 4200 strip chart recorder. Flame Ionization detection
system, Bldg 1600A, 1 ea, Control Instruments Data Max 8000 gas
detection system with 3-point sequential sampling system, chart
recorder. Desorb unit, Bldg 1634, 1 ea, New York Blower 402
recirculating fan, 24,000 cfm, 30 hp motor, 1 elipse Radiomatic 300
heater, 2mm BTU/hr, 1.5 hp motor. Thermal oxidizer, Bldg 1634, 1 ea,
Smith Direct-Fired Thermal Oxidizer, 2,000 cfm, 1,400 degrees F, 0.5
second retention time, 3.5 mm BTU/hr burner. FAR provision 52.212-1,
Instructions to Offerors -- Commercial applies. Offerors must include
a completed copy of FAR provision 52.212-3, Offeror Representations and
Certifications -- Commercial Items and DFARS 252.212-7000, Offeror
Representation and Certifications-Commercial Items. FAR clause
52.212-4, Contract Terms and Conditions -- Commercial Items, applies.
Addenda: 52.222-42, Statement of Equivalent Rates for Federal Hires,
Machinery Maintenance Mechanic, monetary wage $15.69, fringe benefits
$5.02. 52.232-33, Mandatory Information for Electronic Funds Transfer
Payment. U.S. Dept. of Labor Wage Determination No. 94-2043, Rev. 10,
applies. 52.217-9, Option to Extend the Term of the Contract, (a) 30
days, (c) 5 years. 52.217-5, Evaluation of Options. 5352.237-9009 Site
Visit Arrangement (IAW AFMC FARS 5337.110(A)(90)) (Nov 1995). An
organized site visit has been scheduled for 18 Sep 98 at 9:00 a.m.
Participants will meet at the Directorate of Contracting, Bldg 2800, 5
South Wolfe Avenue, Edwards AFB CA. Offerors planning to attend are
requested to notify Donna Chesher by 4:00 p.m. on 17 Sep 98, by
telephone (805)277-3900, ext. 2260. FAR clause 52.212-5, Contract Terms
and Conditions Required to Implement Statutes Or Executive Orders --
Commercial Items, applies. Applicable FAR clauses cited in 52.212-5
are: 52.222-3, Convict Labor; 52.233-3, Protest after Award; 52.203-6,
Restrictions on Subcontractor Sales to the Government with Alternate
I; 52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; 52.219-14, Limitation on
Subcontracting; 52.222-26, Equal Opportunity, 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era,
52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era, 52.225-19, European Community Sanctions for Services,
52.222-41, Service Contract Act of 1965, as amended; 52.222-42,
Statement of Equivalent Rate for Federal Hires; 52.222-44, Fair Labor
Standards Act and Service Contract Act-Price Adjustment. DFAR clause
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes Applicable to Defense Acquisitions of Commercial Items
applies. Applicable DFAR clauses cited in 252.212-7001 are
252.247-7024, Notification of Transportation of Supplies by Sea. The
Defense Priorities and Allocations System (DPAS) rating is: Unrated .
Contact Donna Chesher, fax (805)275-9689, for information regarding
this solicitation. Offers are due at the Air Force Flight Test Center,
Directorate of Contracting, 5 South Wolfe Ave, Edwards AFB CA 93524,
on 28 Sep 98. Posted 09/09/98 (W-SN247521). (0252) Loren Data Corp. http://www.ld.com (SYN# 0062 19980911\J-0024.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|