Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

41 -- Inspect, Maintenance and Repair of Turbo Air 2000 Centrifugal Compressors

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 11th CONS, 110 Luke Avenue (Bldg 5681) Suite 200, Bolling AFB, DC, 20332-0305
 
ZIP Code
20332-0305
 
Solicitation Number
F49642-03-T-0106
 
Response Due
9/23/2003
 
Archive Date
10/8/2003
 
Point of Contact
Lynda Akerson, Contracts Manager, Phone 202-767-7961, Fax 202-767-7897, - Valerie Gaines, Contract Specialist, Phone 2027678030, Fax 202-767-7897,
 
E-Mail Address
lynda.akerson@bolling.af.mil, valerie.gaines@bolling.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation is issued as Request for Quotation (RFQ) No. F49642-03-T-0106. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-15. This is an unrestricted requirement. The North American Industry Classification System code is 811310 (formerly SIC 7623 code) at $6Mil size standard. NONPERSONAL SERVICES: provide all supervision, personnel, equipment, transportation, material and other items and services necessary to perform full preventive maintenance and repair on (3 each) Cooper, Turbo Air 2000; Centrifugal Compressors at (Building 6000 Bolling AFB) for the period 1 Oct 03 thru 30 Sep 04 IAW the Statement of Work. 0001. Perform Full Preventive Maintenance Inspections and Repair on (3 each) Cooper Turbo Air 2000 Centrifugal Compressors. 12 months $_______per month, $______annually. 0002. Annual Inspection. 1 lump sum. $_________. 0003. Intervening service calls hourly rates: 0003A. Principle period service calls (normal duty hours) hourly rate, 30 hours. $_______per hour, total $_______. 0003B. Outside principle period service calls (after duty hours) hourly rate, 20 hours. $_______per hour, total $______. 0003C. Prime time (Sunday and Holiday hours) hourly rate, 10 hours. $______per hour, total $__________. 0004. Reimbursable Parts $_________. A complete price breakdown is required as part of your offer for each line item listed above. STATEMENT OF WORK. 1. GENERAL INFORMATION. The contractor shall provide all personnel, transportation, equipment, tools, materials, and supervision necessary to provide maintenance and repair for the Turbo Air 2000 Centrifugal Compressors in accordance with this SOW at Bolling Air Force Base Washington DC. The contractor shall perform the services to the standard identified in this contract. Any specific maintenance tasks performed shall be in accordance with the procedures outlined by the manufacturer Cooper Turbo compressor, Inc. 1.1. BASIC SERVICES. Preventive maintenance work, and maintenance inspections, shall be accomplished by a manufacture certified mechanic. A certificate for each mechanic performing on this equipment shall be submitted to the contracting officer?s representative. During inspections, the contractor shall thoroughly inspect all compressors and components ensuring compressors are in full operating condition. Contractor shall conduct all routine repairs during inspection, to maintain safety and reliability of equipment. Contractor shall provide a written report including estimated cost of major repairs if needed. Reports shall be submitted to the office of 1 CONS/LGCF and 11 CES/CEOEC; Service Contract Management, Bolling Air Force Base, Washington DC, within seven (7) working days, after the maintenance inspection has been completed. 1.2. SERVICE CALLS: 1.2.1. INTERVENING SERVICE CALLS: Intervening service calls are defined as additional visits and services requested at any time other than regularly scheduled visits. Intervening calls shall include determining the cause of trouble and making repairs or adjustments, which require parts and supplies. The contractor shall respond within one hour after a service call has been placed. The contractor has four (4) hours from the time the call was placed to arrive and start work; twenty-four (24) hours a day, seven days a week. The service calls shall be included in the repair cost. The service technician shall report to building 6000, Powerhouse Operations Center prior to going to the compressor room to begin service. Upon completion of work, the technician shall provide a written report to the Government Representative in the Powerhouse Operations Center. When a service call is placed against this contract, the contractor shall perform in accordance with the following paragraphs. 1.2.2. Labor for Intervening Service Calls Only. The Government shall reimburse the contractor for all labor used in repairing the equipment to be maintained under this contract specified in line items 0004. 1.2.3. Labor charges will not apply for time spent by contractor personnel after arrival at the site, awaiting arrival of additional contractor personnel and/or delivery of parts, etc., after a service has commenced. 1.2.4. Inside and Outside of Principle Period of Service. 1.2.4.1. If the contractor is notified and given access to the equipment to effect repairs during the principal period of service (PPS), continuous remedial maintenance service shall be provided to the government at the PPS hourly rate should this service be continued outside the PPS. 1.2.4.2. Outside the principle period of service (OPPS) hourly rate is effective only when the contractor is given access to the equipment to make repair(s) after normal duty hours. If the contractor fails to complete the repair(s) within four (4) hours, the contractor shall report to the Government Representative(s) for approval to have repair time delayed. Then the next duty day can be used to complete the end-time of the repair at the PPS hourly rate. 1.2.4.3. Labor charges will be computed to the nearest ? hour. 1.2.4.4. The contractor shall use all practical means to ensure the Centrifugal Compressors are down only for minimal time of only 24 working hours. Employee?s vacation, or sickness, is not acceptable as an excuse for having the Centrifugal Compressors down for more than twenty-four working (24) hours. 1.3. Parts and Materials for Intervening Service Calls. The contractor shall supply all materials, test equipment and supplies of the craft, trade, profession, or regular line of business of work as it relates to this Statement of Work, (i.e. lubricates, rags, cleaning items, solvents, tools, test equipment, and software upgrade equipment, etc.). Contractor shall not start work until all materials, equipment, and tools are on hand. The government shall reimburse the contractor for all parts and materials used in repairing the equipment to be maintained under this contract. Parts exceeding $100.00 shall be reported at once to the Government representative for approval. Materials, shipping and handling will be paid in full. The contractor shall acquire parts and materials required for the performance of the contract provided sufficient funds remain on the contract for parts and materials. The contractor shall purchase parts and materials at the lowest price obtainable, secure reasonable competition for such purchases when available, take all discounts and obtain all rebates possible. These discounts and rebates shall be credited to the Government. Parts and materials purchased shall be of a quality, which will adequately and economically serve the purpose for which they are intended and at least match in quality the item to be replaced. The parts and materials shall be standard products made by manufacturer regularly engaged in the production of such parts and materials. The contractor shall provide a copy of the original suppliers? invoices; tickets, sales slips or other documents identify items purchased under the reimbursable portion of this contract. All documents shall be available for the Government Representative review. 1.3.1. Maintenance/Repair parts. Contractor shall maintain locked storage cabinet of parts, filters, gaskets, and parts known to fail; on the job site, in the compressor room. This should help prevent some down time due to lack of parts or mechanics from having to leave job site and return with parts/materials. 1.3.2 Lubricants and cleaning materials. Contractor shall provide materials safety data sheets on all lubricants and cleaning materials used on the job site. All lubricants and cleaning material shall not be stored in building 6000, and must be removed from the building and disposed of in accordance with local, state, and federal environmental rules and regulations. 1.4. CLEAN UP. All materials and scrap remaining from maintenance and repair work shall be removed from the base and disposed of by the contractor. It shall be the responsibility of the contractor to assure proper loading of all vehicles used for transport of materials and construction debris; also any spillage en-route to or from the base shall be recovered and disposed of off base. Cleanup of the work area shall be at the end of each workday. All rags shall be placed in tightly closed metal containers for daily disposal in accordance with county, state and federal regulations. All clean-up activities shall be accomplished by the contractor?s maintenance personnel. 2. SERVICE DELIVERY SUMMARY. Performance Objective and Threshold. 2.1. Perform Preventive Maintenance Turbo Air 2000; Centrifugal Compressors (Paragraph 1. -1.1). Compressors are in good working order; equipment is well lubricated and adjusted to meet manufacturer specifications. 2.2. Routine/Emergency Repair Service Calls (Paragraph 1.2. ? 1.4.) Mechanics respond and perform repairs within the time specified. Compressor is in good working order; the repair was made in a timely manner; Routine Repair no later than twenty-four working (24) hours. 2.3. Provide a written report on all service calls requiring major repairs. (Paragraph 1.2. ? 1.4.) Report will include repairs required and estimated cost for repairs. Report shall be submitted to the Government Representative within seven (7) workdays after initial service call. 3. GOVERNMENT FURNISHED ITEMS: Utilities will be provided without charge to the contractor in connection with performance of this contract. These utilities include electricity, water and access to telephone services. 4. GENERAL INFORMATION. 4.1. PROJECT MANAGER. The contractor shall provide a project manager or person who shall be responsible for the competent performance of the work, and shall have full authority to act for the contractor. The project manager shall also be able to read, write, speak and understand English. 4.1.2. EMPLOYEES. Contractor personnel shall present a neat appearance and be easily recognized while on base. This may be accomplished by wearing distinctive clothing bearing the name of the company, or by wearing appropriate badges, which contain the company name and employee name. The contractor shall be responsible for acquiring an appropriate number of badges to meet his/her needs at the contractor?s expense. The contractor shall also ensure that employees have valid/current driver?s licenses applicable to operate equipment in accordance with state, county, and local laws and regulations. The abrupt absence of contractor employees at any time shall not constitute an excuse for nonperformance under this contract. 4.2. QUALITY CONTROL. The Contractor shall have and maintain a quality control program to ensure the systems are properly maintained in accordance with the contract, appropriate standards, product literature, utility code, and commercial practices. Contractor shall maintain records/logs on a daily basis. Contractor shall provide one legible record/log in the operations center located in the powerhouse in building 6000. As a minimum the record/log shall have the date, time of arrival and departure including reason for the visit, what work was done, and name of the mechanic/trades. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services, and to ensure proper operation. The quality control program shall fully address the service requirements in paragraph 2, Service Delivery Summary as a minimum. 4.2.1. SAFETY AND ACCIDENT PREVENTION. The contractor?s compliance with OSHA Safety and Health Standards is mandatory. Contractor is governed by Public Law 91-596, Occupational Safety and Health Act Standards. Contractor is subject to inspections of job sites on base by the Department of Labor. Resolution of Department of Labor citations for violations of Occupational Safety and Health Act and Health Standards are the contractor?s responsibility. The contractor shall conform to all base regulations and directives pertaining to security, safety, traffic, fire and personnel clearance; insofar as they pertain to the contractor?s activities on Bolling Air Force Base. The contractor shall be responsible as needed; for providing and placing all barricades, lighting and safety devices during any of these activities and the contractor shall comply with Air Force Occupational Safety and Health Standards (AFOSH and OSHA). 4.2.2. QUALITY ASSURANCE. The government will periodically evaluate the contractor?s performance by appointing a representative(s) to monitor performance to ensure services are received. The government representative will evaluate the contractor?s performance through intermittent on-site inspections of the contractor?s quality control program and receipt of complaints from operations personnel. The government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections or because of repeated customer complaints. Likewise, the government may decrease the number of quality control inspections if performance dictates. The contractor shall be responsible for initially validating customer complaints. However, the government representative shall make final determination of the validity of customer complaint(s) in cases of disagreement with customer(s). 4.3. GOVERNMENT REMEDIES. The contracting administrator/officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 1997), for contractor?s failure to correct non-conforming services. 4.4 HOURS OF OPERATION. The contractor shall provide these services under this contract Monday thru.Sunday; 24 hours a day. 4.4.1. Holidays Hours of operation. The contractor shall be required to provide Emergency services only; on the following days: New Year's Day, Labor Day, Martin Luther King Jr. Birthday, Columbus Day, President's Day, Veteran's Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day, and Inauguration Day. 5. SECURITY REQUIREMENTS. 5.1. Security Requirements: The contractor's personnel shall obtain and maintain the following pass and identification items: Bolling Air Force Base AF Form 75 Vehicle/Entry Pass, which shall be used for work and entrance to Bolling AFB, and Bldg. 6000. Name, Social Security number, contractor vehicles; company owned of private owned vehicle, nomenclature and vehicle tag number. All personnel shall have on their person picture ID or drivers license at all times shall be submitted five (5) working days prior to start of work. 5.1.2. 11 CES/CEOEC will provide request for AF Form 75 to 11 SPAP after obtaining names and verification of employment from contractor. 5.1.3. Lost vehicle and entry passes shall be reported immediately to Security Police, and government representative(s). 5.2. PERFORMANCE OF SERVICE DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. Contractor shall continue/complete all work once started all dates for maintenance must be approved by DIA at least three weeks prior to the start date of work. Please note, due to building activity/mission this schedule could be changed at the last minute; or work shall be stopped due to mission requirement/national security. Work shall then be rescheduled for a later date. 5.3. CONTRACTOR FURNISHED ITEMS & SERVICES: Contractor shall provide every thing needed in the performance of this contract. All work shall conform to the requirements and recommendations of the manufacture of the compressors. 5.3.1. SERVICE TICKET: The contractor shall provide a service ticket itemizing all parts used to the Government representative in Operations center bldg 6000 upon completion of each service call. The service ticket must be signed by both the contractor and the Government Representative before service call can be officially closed. The service tickets shall contain the following information: date, time of arrival, and departure; total time spent on repair; description of the malfunction and the fix; part number(s) and description of all parts replaced; date and time notified of equipment failure, building number(s) and contract number. If parts are to be ordered, provide estimated time of delivery with estimated cost of repairs to be made. 6. SECURITY REQUIREMENTS. 6.1. Security: All contractor employees shall be United States Citizens. The contractor shall submit; five (5) working day?s prior to start of work the following information. Name, Social Security number, vehicles tag number and description; weather vehicle is company owned or private owned; all vehicles shall have company logo affixed to the side of the vehicle. All personnel shall have on their person picture ID. Or drivers license at all times. The contractor's personnel shall obtain and maintain the following pass and identification item. Bolling Air Force Base AF Form 75 Vehicle, Entry Pass, which shall be used for work and entrance to Bolling AFB, and Bldg. 6000. 6.1.2. 11 CES/CEOEC will provide request for AF Form 75 to 11 SPAP after obtaining names and verification of employment from contractor. 6.1.3. Lost vehicle and entry passes shall be reported immediately to Security Police, and government representative(s). 7. WARRANTY: The contractor shall be responsible to replace any warranty/guarantee items within appropriate period of such warranty/guarantee. This shall include manufacturer warranty/guarantees and labor. 8. ESTIMATED WORKLOAD DATA. Perform all maintenance per manufactures recommendation and maintenance manual. Inspection, maintenance and repair of Turbo Air 2000 Centrifugal Compressors estimation either monthly, quarterly, semi-annually, annually. 1. MONTHLY: Cooper Turbo Air 2000 Centrifugal Compressors S/N F11821, F11822, and F11823 (3 each). QUARTERLY: Lube Oil Pump Motor. SEMI-ANNUALLY: Lube Main drive Coupling, Lube Drive motor ball bearings, replace inlet air filter elements, replace oil system filter element, replace oil reservoir venting system filter elements, inspect main drive motor, inspect main drive coupling, inspect inlet and bypass valves, inspect bypass valve silencer (replace), inspect discharge check valve. ANNUALLY: Perform oil sample test per (ASTM specification F312-69). The lube system oil should be changed as required. 7. DISPOSAL. It shall be the responsibility of the contractor to dispose and removed discarded materials from Bolling AFB to an off base site, meeting all Local, County, State, and Federal Regulations. The contractor shall not use any of the installation dumpsters for disposal. 9. CLEANING. Contractor shall ensure the work area is free from debris upon completion of the project. 10. GOVERNMENT FURNISHED SERVICES. Water, electrical power, lighting and designated equipment holding area will be made available to the contactor by the government in the performance of their work. 11. WARRANTY. Upon completion of the work, and prior to final payment, the Contractor shall submit a Guarantee of his work to be free from defect in materials and workmanship. This Guarantee shall be for a period of two (2) years, and shall be signed by a Principal of the Contractor?s firm, and sealed if a corporation. 12. ENVIRONMENTAL CONTROLS: Compliance with Laws and Regulations. The contractor shall be knowledgeable of and shall comply with all applicable federal, state, and local laws, permits, DOD, Air Force and base environmental requirements and instructions. The contractor shall ensure that all subcontractors comply with the same. The contractor shall ensure policies and procedures are established that protect the safety and health of employees and the community to minimize or eliminate the risk of environmental pollution. If the contractor spill or release any substance listed in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the Environmental Coordinator at 202-767-8600, in accordance procedures. The contractor shall notify the primary QA personnel or in his absence the alternate QA personnel. The contractor shall be liable for containment and environmental clean up of the spill or release of such substance. If spillage creates contaminated soil, the contractor shall at his own expense, remove the contaminated soil, properly dispose of the soil and replace it with uncontaminated topsoil and restore the grounds to their original condition. The contractor shall not dispose of contaminated soil or any hazardous materials on Bolling Air Force Base. 13. FAR PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items and 52.212-3, Offerors Representation and Certifications-Commercial Items are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition is as follow: 52.237-1, 52.252-1, 52.252-5: (b) DFARS (Chapter 2), 252.212-7000 and 252.225-7000. Add paragraph (l), ?Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text.? Clause 52.212-2, Evaluation?Commercial Items applies to this solicitation, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and price is determined most advantageous to the Government. Add paragraph (m), ? The point of contact for this project is 11th Civil Engineering Squadron QA, Mr. Ardell Wenzel at (202) 231-4101.? FAR CLAUSES: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: 52.209-6, 52.237-2, 52.237-3, 52.242-15, 52.252-2, 52.252-6: (b) DFARS (Chapter 2), 52.253-1, 252.204-7003, 252.204-7004, 252.219-7011, 252.212-7001 (DEV), 252.225-7001, 252.225-7002, 252.225-7009, 252.243-7001, 252-247-7023 and 5352.242-9000. FAR Clause 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Status of Executive Orders-Commercial Items apply to this acquisition, specifically, the following cited clauses: 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-37, 52.222-41, and 52.222-42. 52.214-34, 52.214-35, 52.233-3, 52.247-34, : THIS IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION: Employee Class: Maintenance Heating, Refrigeration and Air Conditioning Mechanic, Monetary Wage-Fringe Benefits: $20.44, and 52.223-5, 52.225-13 and 52.232-33. The incorporated Wage Determination 1994-2103, dated 3 June 2003, revision 30 is applicable. The web site is http://www.ceals.usace.army.mil/. All responses must be received no later than 3:00 P.M. EST on 23 September 2003 to 11th CON/LGCF, 110 Luke Ave, Bldg 5681, Bolling AFB, DC 20032 by mail or facsimile. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr2000.com. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov/far. Questions concerning this solicitation should be addressed to 2Lt Lynda Akerson, Contract Specialist, Phone (202) 767-7961, FAX (202) 767-7897, E-mail to Lynda.akerson@bolling.af.mil or Mrs Valerie Gaines, (202) 767-8030 or email valerie.gaines@bolling.af.mil.
 
Place of Performance
Address: 110 Luke Ave, Ste 200, Bolling AFB DC
Zip Code: 20032
Country: US
 
Record
SN00432286-W 20030913/030911213338 (fbodaily.com)
 
Source
FedBizOpps.gov 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.