Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS

J -- GENERATOR PREVENTATIVE MAINTENANCE, INSPECTION, AND EMERGENCY REPAIR SERVICE

Notice Date
August 22, 2001
Contracting Office
Department of the Treasury, United States Secret Service (USSS), Procurement Division, 950 H Street, NW, Suite 6700, Washington, DC, 20373-5802
ZIP Code
20373-5802
Solicitation Number
01Q0031
Response Due
September 5, 2001
Point of Contact
Christina Small, Contract Specialist, Phone 202-406-6782, Fax 202-406-6801, Email csmall@usss.treas.gov -- Joyce Tincher-Harris, Supervisory Contract Specialist, Phone 202-406-6798, Fax 202-406-6801, Email jdharris@usss.treas.gov
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Solicitation number 01Q0031 is issued as a Request for Quotation (RFQ) through Federal Acquisition Circular 97-27. This action is a 100% small business set-aside. The NAICS code is 811310 and the small business size standard is $5 million. The U.S. Secret Service (USSS) has a requirement for preventative maintenance, inspection, and emergency services for two (2) diesel powered emergency generators and associated transfer switch equipment at the James J. Rowley Training Center (JJRTC), 9200 Powder Mill Road, Laurel, MD 20708. The term of this procurement is one (1) base year and four (4) option years. The requirement pertains to the following: Line Item 0001: The Contractor shall provide monthly preventative maintenance and inspections for the following emergency generator- Caterpillar Perkins England, Model No. YD50733*V751069G, located at the sewage lift station. Line Item 0002: The Contractor shall provide monthly preventative maintenance and inspections for the following emergency generator- Katolight, Model No. D500FRR4, located at the Computer/Security building. The monthly preventative maintenance and inspections for line items 0001 and 0002 shall include, but are not limited to the following: Electrical System -- 1. Battery, water and age. 2. Battery, charger, charge rate and spare fuse. 3. Battery cables, clean, tighten, and grease. 4. Starter contactor, sticking, arching, voltage-drop. 5. Starter motor, brushes, bearings, AMP draw, cranking speed. 6. Starter drive and ring gear. 7. Starter controls and preheat winter jacket. 8. Regulator AC stability. 9. Generator AC, brushes, bearings, fan, (percent load). 10. Generator controls. 11. Relays and switches. 12. Meter (all). 13. Wiring (all). 14. Transfer Switch. 15. Required starting and on the line time, hot and cold. Engine Safety Shutdowns- 1. Oil pressure. 2. Water temperature. 3. Overspeed. 4. Overcrank. 5. Low fuel. 6. Low water level. 7. Low oil level. Start-Crank Test- Crank engine for one (1) minute or until overcrank operates. Wait one (1) minute then attempt to normally restart engine. Engine- 1. Leaks: oil, water, fuel. 2. Oil pressure. 3. Engine to be lubricated with oil and oil filters- changed the first time, thereafter, when needed. 4. Water temperature thermostat. 5. Exhaust system: leaks, backpressure, drains, cleanliness, color, and odor. 6. Fan and fan belt: bearings and blades. 7. Governor: looseness, leaks, adjustments, hunting. 8. Compression: all cylinders, hot and cold; check per manufacturer's recommendations. 9. Valve clearance: check per manufacturer's recommendations. 10. Heaters. Fuel System- 1. Cleanliness. 2. Leaks and pressure. 3. Valves and controls. 4. Injectors and fuel pumps-check per manufacturer's recommendations. 5. Return lines and vents. 6. Air cleaners and breathers. 7. Hoses. Cooling System- 1.Water supply. 2. Leaks, rust, antifreeze. 3. Block plugs. 4. Radiator and cap. 5. Water pump. 6. Hoses and clamps. 7. Coolant heater and controls. 8. Support, drains. General- 1. Air flow. 2. Room ventilation. 3. Temperature. 4. Floor drains. 5. Fire Extinguishers. 6. Lights. 7. Cleanliness and safety. Check and perform manufacturer's recommendations for any specific Preventative Maintenance requirements as may be indicated by the amount of time of the elapsed time meter. Automatic Transfer Switches- All automatic transfer Switches will be inspected and tested for the following: 1. All power cables tightened. 2. All timers checked- a. Time delays on start. b. Time delay on transfer to emergency. c. Time delay on re-transfer to emergency. d. Time delay on cool down. e. In-Phase band meters. =20 f. Exerciser Clocks. 3. All lamps and testing switches. 4. Transfer of load to generator system (required during each visit). Line Item 0003: Emergency repair service calls during normal business hours, Monday through Friday, 8:00 a.m. through 5:00 p.m. Estimate of fifty (50) hours. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair within three (3) hours of the initial call. Deviations from this may occur with the mutual agreement of the USSS and the Contractor. Line Item 0004: Emergency repair service calls during after-business hours, Monday through Friday, 5:00 p.m. through 8:00 a.m., and all day Saturday. Estimate of twenty (20) hours. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair within three (3) hours of the initial call. Deviations from this may occur with the mutual agreement of the USSS and the Contractor. Line Item 0005: Emergency repair service calls on Sundays and Federal Holidays. Estimate of ten (10) hours. Provide unit cost per call and total for estimate. Travel time to and from the repair site shall not be reimbursed separately. The Contractor shall respond to emergency calls for repair within three (3) hours of the initial call. Deviations from this may occur with the mutual agreement of the USSS and the Contractor. Line Items 1001 through 1005 represent identical base year line items for Option Year 1; Line Items 2001 through 2005 apply for Option Year 2; Line Items 3001 through 3005 apply for Option Year 3; and Line Items 4001 through 4005 apply for Option Year 4. Period of Performance is as follows: Base Year: October 1, 2001 through September 30, 2002; Option Year 1: October 1, 2002 through September 30, 2003; Option Year 2: October 1, 2003 through September 30, 2004; Option Year 3: October 1, 2004 through September 30, 2005; Option Year 4: October 1, 2005 through September 30, 2006. The contractor must provide skilled and trained personnel, as per industry standards. Contractor personnel proposed to work under this contract shall be subjected to and successfully pass police background investigations prior to being admitted to the JJRTC. Emergency service calls will be performed when required, but shall not exceed the total amount stated under the contract. Billings to be issued on a monthly basis for services performed during the preceding period. The following FAR Provisions and Clauses are applicable unless otherwise noted: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation -- Commercial Items; 52.212-2 Paragraph (a) insert: "The Government intends to award firm, fixed purchase order to the responsible offeror with acceptable past performance, whose quotation, conforming to the Solicitation as provided herein, is lowest in price." For evaluation of past performance, the offeror must provide at least three references for contracts/purchase orders of similar products/services within the last two (2) years. Each reference must include customer's name and address, contact person, project name, date of performance, telephone number and contract value for each reference. If business entity establishment is less than two (2) years, provide related experience of key personnel. Past Performance shall be valued as acceptable, unacceptable, or neutral." 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items. The following clauses cited in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 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 Disabled Veterans and Veterans of the Vietnam Era; 52.225-1, Buy American Act-Balance of Payments Program -- Supplies; 52.225-13, Restriction on Certain Foreign Purchases; and 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. These FAR Provisions and Clauses may be accessed via the world wide web at: http://www.arnet.gov/far/. Telephone requests for copies of FAR Provisions and/or Clauses will not be accepted. Quotations must contain the following: 1) Pricing for base year and option years; 2) Past Performance Information; and 3) Completed and signed copy of the FAR 52.212-3, Representations and Certifications. All responsible offerors may fax quotations to (202) 406-6782, Attn: Christina Small; to be received no later than 4:00 p.m. (EST), Wednesday, September 5, 2001. Quotations may be forwarded by mail to U.S. Secret Service, Procurement Division, Attn: Christina Small, 950 H Street, NW, Suite 6700, Washington, DC 20223. Please note: Award is anticipated within five days of receipt of quotations. A pre-bid inspection/site visit will occur on Friday, August 31, 2001, at 10:00 a.m. at the JJRTC. Firm representatives to be present at the pre-bid inspection must contact this office at (202) 406-6782, no later than Friday, August 24, 2001, 4:00 p.m. in order to obtain a contractor personnel access application. The completed form must be received by the JJRTC no later than Tuesday, August 28, 2001, 10:00 a.m. Firms who do not provide this information prior to the deadline will not be allowed on the inspection. Please fax the completed contractor personnel access application to the JJRTC at (240) 624-3083, Attn: Charles Homfeld.
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/TREAS/USSS/PDDC20229/01Q0031/listing.html)
Record
Loren Data Corp. 20010824/JSOL001.HTM (D-234 SN50V714)

J - Maintenance, Repair and Rebuilding of Equipment Index  |  Issue Index |
Created on August 22, 2001 by Loren Data Corp. -- info@ld.com