Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOLICITATION NOTICE

J -- Maintenance and Repair of Chillers/Boilers/CRACs

Notice Date
9/4/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-T-1009
 
Archive Date
10/3/2008
 
Point of Contact
Denise B Wright, Phone: 719-567-3888
 
E-Mail Address
denise.wright@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA2550-08-T-1009 (Maintenance and Repair of Chillers/Boilers/CRAC for Onizuka Air Station, CA) Classification Code: J - Maintenance, Repair and Rebuilding of Equipment-Base Civil Engineering Services at Onizuka Air Force Station, CA NAICS Code: 238220 Plumbing, Heating, and Air-Conditioning Contractors Contracting Office Address Department of the Air Force, Air Force Space Command, 50CONS, Base Infrastructure Flight, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116, UNITED STATES Description: (i) 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. (ii) This solicitation is issued as a Request for Proposal (RFP) against solicitation number FA2550-08-T-1009 for Maintenance and Repair of Chillers/Boilers/CRAC for Onizuka Air Station, CA. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-026 effective June 12, 2008. (iv) The North American Industrial Classification System (NAICS) number is 238220 Plumbing, Heating, and Air-Conditioning Contractors. The Size Standard for this proposed acquisition is $13 million. This proposed acquisition is set-aside for small business concerns. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): CLIN 0001 Firm Fixed Price (FFP) Annual maintenance of Cleaver and Brooks hot water boiler model number CB-200-250 (Reference PWS paragraph 3.2): $ __________ CLIN 0002 Firm Fixed Price (FFP) Annual maintenance of York Centrifugal Chillers model number YK Q2 Q2 CBA (Reference PWS paragraph 3.3): $ __________ CLIN 0003 Firm Fixed Price (FFP) Monthly planned maintenance of CRAC units model CA3534 (Reference PWS paragraph 3.4): $ __________ CLIN 0004 Firm Fixed Price (FFP) Emergency repair for Chillers/Boilers/CRACs as directed by the work statement (Reference PWS paragraph 3.5.1): $ __________ CLIN 0005 Firm Fixed Price (FFP) Unscheduled service calls for Chillers/Boilers/CRACs within 48 hours (Reference PWS paragraph 3.5.2): $ _______ per hour CLIN 0006 Firm Fixed Price (FFP) Cost for Repair and Service parts Above and Beyond for Chillers/Boilers/CRACs (Reference PWS paragraph 3.6): $ __________ estimated per year Option Year 1: CLIN 1001 Firm Fixed Price (FFP) Annual maintenance of Cleaver and Brooks hot water boiler model number CB-200-250 (Reference PWS paragraph 3.2): $ __________ CLIN 1002 Firm Fixed Price (FFP) Annual maintenance of York Centrifugal Chillers model number YK Q2 Q2 CBA (Reference PWS paragraph 3.3): $ __________ CLIN 1003 Firm Fixed Price (FFP) Monthly planned maintenance of CRAC units model CA3534 (Reference PWS paragraph 3.4): $ __________ CLIN 1004 Firm Fixed Price (FFP) Emergency repair for Chillers/Boilers/CRACs as directed by the work statement (Reference PWS paragraph 3.5.1): $ __________ CLIN 1005 Firm Fixed Price (FFP) Unscheduled service calls for Chillers/Boilers/CRACs within 48 hours (Reference PWS paragraph 3.5.2): $ _______ per hour CLIN 1006 Firm Fixed Price (FFP) Cost for Repair and Service parts Above and Beyond for Chillers/Boilers/CRACs (Reference PWS paragraph 3.6): $ __________ estimated per year Option Year 2 : CLIN 2001 Firm Fixed Price (FFP) Annual maintenance of Cleaver and Brooks hot water boiler model number CB-200-250 (Reference PWS paragraph 3.2): $ __________ CLIN 2002 Firm Fixed Price (FFP) Annual maintenance of York Centrifugal Chillers model number YK Q2 Q2 CBA (Reference PWS paragraph 3.3): $ __________ CLIN 2003 Firm Fixed Price (FFP) Monthly planned maintenance of CRAC units model CA3534 (Reference PWS paragraph 3.4): $ __________ CLIN 2004 Firm Fixed Price (FFP) Emergency repair for Chillers/Boilers/CRACs as directed by the work statement (Reference PWS paragraph 3.5.1): $ __________ CLIN 2005 Firm Fixed Price (FFP) Unscheduled service calls for Chillers/Boilers/CRACs within 48 hours (Reference PWS paragraph 3.5.2): $ _______ per hour CLIN 2006 Firm Fixed Price (FFP) Cost for Repair and Service parts Above and Beyond for Chillers/Boilers/CRACs (Reference PWS paragraph 3.6): $ __________ estimated per year TOTAL FFP $ _______________ (vi) Description of requirements for the items to be acquired. Maintenance and Repair of Central Heat, Chilled Water Systems, and CRAC Units 19 March 2008 Onizuka Air Force Station, CA SEE Attached Performance Work Statement Wage Determination No. 2005-2059 Revision No. 7 Date of Revision: 05/29/2008 (vii) Date(s) 1 October 2008 - 30 September 2009 with two option years. Place of delivery and acceptance: 21 SOPS: FOB point is Onizuka Air Force Station, California. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationery, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments. (ix)Provision at 52.212-2, Evaluation -- Commercial Items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible quoter whose technically acceptable quote conforming to the solicitation will be the most advantageous to the government, price and other factors considered. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) Clauses Incorporated by Reference 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995 52.232-18 Availability Of Funds APR 1984 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing of Contract Modificaitons DEC 1991 5352.242-9000 Contractor Access to Air Force Installations AUG 2007 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230. Phone: 719-554-5250, Fax: 719-554-5299. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NLT 3:00 p.m. 18 September 2008 (Mountain Daylight Time (MDT), 50CONS/LGCA, 216 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Proposals SHALL remain valid until 2400 hours 30 Sep 2008. (xvi) Individuals to contact for information regarding this solicitation: 2Lt Denise Wright, Contract Specialist, Phone 719-567-3888, Fax 719-567-3438, Email denise.wright@schriever.af.mil Robert Heinrich, Contracting Officer, Phone 719-567-3442, Fax 719-567-3809, Email robert.heinrich@schriever.af.mil Place of Performance: Onizuka Air Force Station, California Postal Code: 94089 Country: UNITED STATES Performance Work Statement: MAINTENANCE, AND REPAIR OF CENTRAL HEAT, CHILLED WATER SYSTEMS, AND CRAC UNITS. ONIZUKA AIR FORCE STATION 19 March 2008 PERFORMANCE BASED WORK STATEMENT TABLE OF CONTENTS SECTION PAGE 1 DESCRIPTION OF SERVICES 3 2 GOVERNMENT FURNISHED PROPERTY AND SERVICES 5 3 GENERAL INFORMATION 5 4 APPENDICES 12 Note: Printer configuration may change page numbers when printed PERFORMANCE WORK STATEMENT FOR MAINTENANCE, AND REPAIR OF CENTRAL HEAT, STEAM, CHILLED WATER SYSTEM(S), AND CRAC (COMPUTER ROOM AIR CONDITIONING) UNITS. 1 SCOPE. The contractor shall provide all material, tools, supplies, equipment, supervision, transportation and labor necessary to repair and maintain the central heat, chilled water systems, and the Computer Room Air Conditioning (CRAC) units at Onizuka Air Force Station, Sunnyvale, California. The contractor shall provide and maintain all records and reports for the CRAC units. 1.1 CONTRACTOR PERSONNEL. The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.1.1 Contractor personnel shall be easily recognized. This may be accomplished by wearing appropriate badges containing at a minimum the employee and company name. 1.1.2 The contractor shall submit visit requests for all employees before performing any work on base. Follow-on requests shall be submitted annually to the Contracting Officer. 1.1.3 All contractor personnel shall be United States citizens. 1.2 SPECIAL QUALIFICATIONS. The contractor shall provide trained personnel who have knowledge and experience in performing the repair and maintenance on the equipment specified in this contract. The contractor personnel shall be factory certified and or trained on equipment in this contract. Prior to contract award, the contractor shall provide the professional certifications/training listed below to the Administrative Contracting Officer (ACO). The Government reserves the right to request other certification when required. 1.2.1 Universal Refrigerant Handlers Certificate. 1.2.2 Factory certification and/or training (York Chillers and Cleaver-Brooks Boilers). 1.2.3 Welders Certificate (If applicable). 1.3 QUALITY CONTROL. The Contractor shall develop and maintain a quality program to ensure the central heat, chilled water systems, and CRAC units are properly maintained in accordance with the contract, appropriate standards, product literature, utility code, environmental standards, and commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Quality Control Program (QCP) shall fully address the service requirements in section 2 and 3 as a minimum. 1.4 QUALITY ASSURANCE. In accordance with the Federal Acquisition Regulation (FAR) 52.212-4(a) the Government will evaluate the contractor's performance under this contract and require re-performance of any work found unacceptable. The Government shall take the necessary actions to ensure that all services provided are in accordance with the requirements of the PWS and QCP. 1.5 PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 1.6 HOURS OF OPERATION. Normal workdays are between the hours of 07:00 A.M. and 4:00 P.M. Monday through Friday, excluding Federal Holidays. All work should be accomplished during these hours. Work outside of the normal work days and hours are considered overtime and shall not be worked without prior written approval from the Contracting Officer.. 1.6.1 Contractor shall coordinate work on Onizuka Air Force Station with the Chief, Central Utilities Plant Power Plant and/or secure prior written approval from the Central Utilities Plant Control Desk, 408-752-3632 changes to the approved schedule is necessary. 1.6.2 Holidays. The contractor is not required to provide service on federal holidays except in the event of an emergency. 1.6.3 Emergency. The contractor shall provide emergency repair service upon the request of the Contracting Officer or authorized representative within two (2) hours of notification. 1.7 CONSERVATION OF UTILITIES. The contractor and its employees shall employ and practice utility conversation while performing work under this contract. 1.7.1 Lights shall be used only in those areas where work is actually being performed. 1.7.2 Employees shall not adjust mechanical equipment controls for heating, ventilation, and air conditioning systems. 1.7.3 Water faucets or valves shall be turned off when not in use. 1.7.4 Environmental and Hazardous Material Handling. The contractor shall ensure that all lubricants, cleaners, and chemicals used are coordinated with the Administrative Contracting Officer (ACO) five (5) workdays prior to the start of any work requiring the use of any lubricants, cleaners, and chemicals. The contractor shall prepare an MSDS for all lubricants, cleaners, and chemicals to be used and submit to the Administrative Contracting Officer (ACO). The contractor shall be responsible for the proper transportation, storage, usage and disposal of all lubricants, cleaners, hazardous waste, or chemicals required providing the services of this contract. 1.8 BASIC SERVICES. The contractor shall repair and maintain the central heat, chilled water systems, CRAC units, and other designated equipment in accordance with the contract, the statement of work and the designated equipment manufacturer's manual. 1.8.1 The contractor's maintenance procedures shall include safe start-up, control, operation, and shutdown. 1.8.2 The contractor shall ensure the systems produce the appropriate thermal demands and remains environmentally compliant during the production of central heat, and chilled water. 1.8.3 The contractor shall ensure proper inspection and maintenance of primary and ancillary equipment and system functions, including production, production control, emission control, fuel supply, refrigerants, refrigerant recovery, and pressure valves. 1.8.4 The contractor shall ensure primary and ancillary equipment be maintained according to the appropriate craft, manufacturer's owner's manuals and to American National Standards Institute (ANSI), and the American Society of Heating, Refrigeration, and Air Conditioning Engineer (ASHRAE) standards. 1.8.5 All replacement parts must meet or exceed original manufacturer specifications. Minor parts are defined as parts used during inspection or maintenance with a value per unit price under $100.00. 1.8.6 Air Force policy prohibits the purchase R-12 Refrigerant without prior written approval. 1.8.7 The Government will furnish refrigerant recovery equipment for the systems listed. Contractor will maintain refrigerant recovery equipment in accordance with manufacturer's specifications. 1.8.8 A list of central heat, chilled water, CRAC units and related equipment with available workload data is included in Appendix 4.1. 2 GOVERNMENT FURNISHED PROPERTY AND SERVICES 2.1 GOVERNMENT REIMBURSEMENT FOR PARTS. Prior to replacing any major part on the equipment in this contract, the contractor shall obtain the Contracting Officer's approval to purchase major parts. The Government will reimburse the contractor for those major parts that have been approved by the Contracting Officer. Major parts are defined as parts exceeding the amount of $500.00. Reimbursement request shall be submitted monthly. 3 GENERAL INFORMATION 3.1 REPORTS. The contractor shall develop and submit to the Government a summary of preventive maintenance work and inspections completed during the preventive maintenance cycle. 3.1.1 The contractor shall not destroy any records pertaining to the equipment and services provided under this contract. The contractor shall be required to provide within five (5) workdays the original record or reproducible copy of any record requested by the Contracting Officer. 3.1.2 The report shall identify maintenance tasks and inspections that were performed and not performed and a description of any corrective action requirements noted that are needed for completing the maintenance tasks and inspections. 3.1.3 The report shall identify unit I.D. number, manufacturer, model number, and serial number, and machine efficiency, type of work performed, actual time on job site, job number, and location of work. 3.1.4 The contractor will use specific equipment checklists and reports as required in each section of the Preventive Maintenance Inspection Program in the PWS. 3.1.5 The contractor shall furnish written reports of findings after completion of all work performed, scheduled or unscheduled. 3.1.6 The report shall include system condition and operating information, replaced parts, and recommended replacement parts that do not immediately affect operation or efficiency. 3.1.7 The contractor shall provide a separate written report for the tube testing on the York Chillers to the Government for each unit tested within ten (10) working days after testing of each unit. The report shall include the tasks listed below. 3.1.8 Unit model and serial number. 3.1.9 Model and description of test equipment and procedures. 3.1.10 Tube sheet layout diagrams. 3.1.11 Detailed information sheets showing tube count, tube type, materials, lengths, test frequencies and types of defects found. 3.1.12 Copies of strip chart recordings if applicable. 3.1.13 Summary of testing of entire unit and recommendations for defects found. 3.2 PREVENTIVE MAINTENANCE INSPECTION (PMI) PROGRAM. 3.2.1 BOILERS. Accomplish an annual maintenance service on each of the boilers included in this contract. Services shall be scheduled so that no more than one (1) unit of each boiler type is inoperable or out of service at any time. The Annual Maintenance Service will be a complete inspection and maintenance servicing of all boiler systems as outlined in this section. The contractor shall be responsible for insuring that all common replacement parts are readily available at the job site prior to commencement of work. Mechanical equipment controls shall not be adjusted by the workers on any equipment other than that which they are scheduled to work on. The Government will not provide equipment repair/operation manuals. The contractor shall conduct preventive maintenance/inspections and correct deficiencies ensuring proper system operations and minimizing interruptions in heating and steam services. The contractor shall complete and maintain preventive maintenance records for the major equipment items included in the contract 3.2.2 SERVICES REQUIRED. The Annual Maintenance Service shall include the tasks listed below described as required service that is in accordance with the manufacturer's owner's manual for operation and maintenance. 3.2.2.1 All actual operating temperatures, pressures and electrical data shall be checked and recorded before performing maintenance. 3.2.2.2 Check burner operation, fuel pressure and visual appearance. Test the complete safeguard system and verify tightness of fuel valve. 3.2.2.3 Check all water level controls for proper operation and service low-water cutoffs. 3.2.2.4 Remove the pipe plugs from the tees or crosses and make certain the cross-connecting piping is clean and free of obstructions. 3.2.2.5 Check microprocessor control circuit boards and ensure latest firmware revisions are up to date and tighten all electrical connections. 3.2.2.6 Examine any mercury tube switches for damage or cracks and clean dust and dirt from motor starter and relay contacts. 3.2.2.7 Check for proper seal between the end of the burner and oven refractory and that the diffuser is not covering the gas exit holes in housing. 3.2.2.8 Check the electrode settings and porcelain insulator for cracks. Inspect and dress the tip of the electrode. 3.2.2.9 Clean out accumulated line or foreign material from gas pilot aspirator and check ignition cable for cracks. 3.2.2.10 Inspect fuel cam profile spring for wear, scoring or distortion and lubricate fuel cam profile spring. 3.2.2.11 Ensure fan is securely tightened to motor shaft and check blower fans for dust or dirt deposits and clean as needed. 3.2.2.12 Inspect and wash coat all refractory surfaces on interior of boiler. 3.2.2.13 Lubricate bearings on motor, all moving parts and pivot points. 3.2.2.14 Inspect and clean flame detector lenses. 3.2.2.15 Open both ends of boiler and brush fireside tubes. 3.2.2.16 Check air/fuel ratio and adjust as needed. 3.3 CHILLERS. Accomplish an annual maintenance service on each of the chillers included in this contract during the first month of the first quarter of each calendar year. Services shall be scheduled so that no more than one (1) unit of each chiller type is inoperable or out of service at any time. The Annual Maintenance Service will be a complete inspection and maintenance servicing of all chiller systems as outlined in this section. The contractor shall be responsible for ensuring that all common replacement parts are readily available at the job site prior to commencement of work. Mechanical equipment controls shall not be adjusted by the workers on any equipment other than that which they are scheduled to work on. The Annual Maintenance Service shall include the tasks listed below described as service required that is in accordance with manufacturer's owner's manual for operation and maintenance. The Government will not provide equipment repair/operation manuals. The contractor shall conduct annual maintenance service and correct deficiencies ensuring proper system operations and minimizing interruptions in cooling services. The contractor shall complete and maintain preventive maintenance records for the major equipment items included in the contract. 3.3 SERVICES REQUIRED. The Annual Maintenance Service shall include the tasks listed below described as required service that is in accordance with the manufacturer's owner's manual for operation and maintenance. 3.3.1 All actual operating temperatures, pressures and electrical data shall be checked and recorded before performing maintenance. 3.3.2 Check microprocessor control circuit boards and ensure latest firmware revisions are up to date and tighten all electrical connections. 3.3.3 Inspect electrical parameters of compressor drive motor. Check all operating electrical controls and safety cutouts. Calibrate and adjust as required. 3.3.3.1 Check nozzles of actuator for foreign particles. 3.3.3.2 Perform oil analysis. Change oil and oil filter and dehydrator in the oil return system. 3.3.3.3 Lubricate all bearings and check operation of oil pump. 3.3.3.4 Inspect and adjust Cooling water and Chilled water flow switches for proper operation. 3.3.3.5 Inspect vane operation and vane actuator. 3.3.3.6 Inspect condenser tubes, evaporator tubes and water sheets, clean if needed. 3.3.3.7 Check refrigerant charge and add refrigerant as needed (refrigerants will be paid separately). 3.3.3.8 Leak check machine and repair all leaks. 3.3.3.9 Clean air passages and windings on drive motor. 3.3.3.10 Inspect, tighten and service electrical connections and components. Replace as needed. 3.3.3.11 Perform complete operational check after completion of inspections. 3.3.3.12 Inspect and perform complete operational check of associated YORK refrigerant recovery/recycle system. 3.3.3.13 TUBE TESTING. The contractor shall perform nondestructive testing of the waterside tube bundles for all chillers using the Eddy Current Method concurrently with the Annual Maintenance Service. The contractor shall utilize a solid state power supply with adjustable frequencies, sensor probes equipped with moisture free nonconductive housings, and sensing coils capable of detecting both circumference and longitudinal tube defects. Test equipment shall function independently on both absolute (low resolution) and differential (high-resolution) modes of operation. Test calibration standards shall be identical to the actual tubes being inspected. The contractor shall test all chiller tubes for wear, pitting, erosion, corrosion, bulging, cracks and restrictions. 3.4 COMPUTER ROOM AIR CONDITIONING (CRAC) Perform monthly preventive maintenance service for 9 COMPU-AIR chilled water refrigeration units referred to as CRAC units. Service shall include inspection of electrical components, electronic controls, and belt driven devices and filters. Only one unit shall be removed from service at a time. Contractor shall coordinate with Power Plant shift leader prior to shut down and start up of equipment. Government approval is required for any extensions or deviations to this requirement. The monthly maintenance service will be a complete inspection and maintenance servicing of all CRAC units and shall include the tasks listed below in accordance with manufacturer's manual for operation and maintenance, and as outlined in this section. The contractor shall be responsible for ensuring that all common replacement parts are readily available at the job site prior to commencement of work. The Government will not provide equipment repair/operation manuals. The contractor shall conduct monthly preventive maintenance service and correct deficiencies ensuring proper system operations. The contractor shall complete and maintain preventive maintenance records for the major equipment items included in the contract. 3.4.1 SERVICES REQUIRED. The monthly maintenance service shall not be limited to but shall include the tasks listed below as required service in accordance with the manufacturer's manual for operation and maintenance. 3.4.1.1 All actual operating temperatures, pressures and electrical data shall be checked and recorded before performing maintenance. 3.4.1.2 Contractor will provide and replace drive belts and filters. 3.4.1.3 Check for proper operation, general stability/security of equipment including cooling and humidity control. 3.4.1.4 Equipment room must be maintained between 68 and 74 Fahrenheit. 3.4.1.5 Check for proper adjustments and condition of belt driven equipment and lubrication of bearings in fans and motors. 3.4.1.6 Inspect all electrical circuits, relays and motors. 3.4.1.7 Check microprocessor operation and ensure all controls are properly calibrated. 3.4.1.8 Check microprocessor control circuit boards and ensure latest firmware revisions are up to date and tighten all electrical connections. 3.4.1.9 Check accuracy of temperature and humidity sensors. Calibrate all controls (including alarms and safety controls) and make adjustments. 3.4.1.10 Contractor as a minimum must address all areas listed on the CRAC Unit Preventative Maintenance Checklist (see Attachment 4.2). 3.5 REPAIR SERVICE. 3.5.1 EMERGENCY REPAIR SERVICE. Emergency service calls is any call placed after normal duty hours from 4:00 p.m. thru 7:00 a.m. of the following morning. The contractor shall provide the Administrative Contracting Officer (ACO) with the name and telephone number of the authorized contractor representative who can be reached 24 hours per day for emergency repair services. The contractor shall be on the job site within two (2) hours after notification by the Government. The contractor shall provide the estimated time the unit will return to operational status within 4 hours after response. When conditions are discovered that require "Emergency Repair Service" during scheduled inspections and maintenance, the contractor will accomplish all necessary repairs, (includes parts and labor) upon approval from the Administrative Contracting Officer. 3.5.2 UNSCHEDULED REPAIR SERVICE. Unscheduled service calls are any call placed to the contractor during the normal duty hours from 7:00 a.m. through 4:00 p.m. The contractor shall respond to the job site within 48 hours after notification by the Government. The contractor will accomplish all necessary repairs, (includes parts and labor) upon approval from the Administrative Contracting Officer (ACO). 3.6. Reimbursement for Parts Above and Beyond: 3.1. Parts Above and Beyond the normal materials used in preventive maintenance. The contractor shall not replace any parts that are above and beyond until the FFP is agreed upon and the Contracting Officer issues a proceed notice! 3.1.2. Reimbursement for Parts: Prior to replacing any part on the equipment in this contract, other than those parts covered under normal preventative maintenance replacement, the contractor shall obtain the Contracting Officers approval to purchase parts. The Government will reimburse the contractor for those parts that are approved by the Contracting Officer, and to that end the contractor shall submit to the Contracting Officer the cost of any parts (Prior to purchasing those parts.), which shall include the contractor's G&A and Profit, which will be added to the cost of the parts thereby giving the total price of any parts required and approved for purchase. In order to allow the Contracting Officer to determine the price of such parts as being fair and reasonable, the contractor shall submit documentation as needed or subsequently ask for by the Contracting Officer. Reimbursement of parts under this paragraph shall be charged and invoiced against the appropriate reimbursement CLINs depending upon which fiscal year the purchase of such parts is accomplished. When applicable, invoices shall be submitted monthly. NOTE: The reimbursement CLINs may or may not be funded at the beginning of this contract or subsequent option years. If these CLINs are not funded, funding shall be required and a contract modification accomplished before parts can be purchased and charged against this contract. All replacement parts must meet or exceed original manufacturer specifications. This reimbursement process does not apply to the parts that the contractor proposed to in support of the basic maintenance services for this contract. 4 APPENDICES. 4.1 Equipment Information 4.2 CRAC Unit Preventative Maintenance Checklist 4.3 Publications and Forms 4.1 EQUIPMENT INFORMATION ITEM MODEL NUM. SERIAL NUM. MANUFACTURER Hot Water Boiler #1 CB 200-250 L-90307 Cleaver and Brooks Hot Water Boiler #2 CB-200-250 L-098550 Cleaver and Brooks Chiller #1 YK Q2 Q2 H1 CBA YFAM 881913 York Chiller #2 YK Q2 Q2 H1 CBA YEAM 838053 York Chiller #3 YK Q2 Q2 H1 CBA YEAM 881912 York CRAC Unit 1 CA3534 SY06-011-4034 Compu-Aire CRAC Unit 2 CA3534 SY92-004-3997 Compu-Aire CRAC Unit 3 CA3534 SY92-004-3998 Compu-Aire CRAC Unit 4 CA3534 SY06-011-4035 Compu-Aire CRAC Unit 5 CA3534 SY06-011-4032 Compu-Aire CRAC Unit 6 CA3534 SY92-004-4002 Compu-Aire CRAC Unit 7 CA3534 SY06-011-4033 Compu-Aire CRAC Unit 8 CA3534 SY92-004-4001 Compu-Aire CRAC Unit 9 CA3534 SY92-004-3999 Compu-Aire 4.2 CRAC UNIT PREVENTIVE MAINTENANCE CHECKLIST CRAC Unit Preventive Maintenance Checklist CRAC Unit _______ General Air Force POC Contractor Action Completed/Notes General Operation and condition Unusual Noise and Operation Maintain cleanliness of equipment and equipment area Controls Check microprocessor operation Check accuracy of temperature sensor Check accuracy of humidity sensor check temperature and humidity board connections Check microprocessor power supply voltage Check operation of all alarms and safety controls Check operation of remote sensing controls, if applicable Make necessary adjustments check all indicator lights Calibrate all sensors Check and adjust filter clog switch Check smoke detector Electrical Section Check motor amperage draw Check system voltage Check all electrical connections Check for defective contacts Air Handling System Lubricate motor bearings, if applicable Lubricate fan bearings Check fan belts, replace if necessary Check motor, fan, sheaves, and belt alignment Check cooling coils Check operation of water control valve Check water control valve packing for leaks, repair as needed Humidification System Maintenance Area: Check steam valves Check steam flow Check drain operation Clean humidifier pan if applicable 4.3 PUBLICATIONS AND FORMS Publications and forms that apply to the PWS are listed below. The publications and forms have been coded as mandatory or advisory. The contractor is required to follow those publications and use those forms coded as mandatory to the extent specified in other section of the PWS. Supplements or amendments from any organizational level may be issued at any time during the life of the contract. The contractor shall immediately notify the Contracting Officer of any increase or decrease in the contract value as a result of supplement and amendment changes to the publications listed. The contractor shall submit to the Contracting Officer a cost proposal incorporating the decrease or increase in requirements. Publication No/Section/Para Title Date Mandatory (M) Advisory (A) AFI 64-106 Industrial Labor Relations 25 Mar 94 A Activities AFI 91-301 Air Force Occupational 01 Jun 96 A Safety, Fire, Prevention and Health Program DODD 5500-7 Standards of Conduct 29 Nov 07 A
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bd56620cc2f9df2b9801249df0eac831&tab=core&_cview=1)
 
Place of Performance
Address: Onizuka Air Force Station, Sunnyvale, California, 94089, United States
Zip Code: 94089
 
Record
SN01659853-W 20080906/080904222005-bd56620cc2f9df2b9801249df0eac831 (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.