SOLICITATION NOTICE
61 -- Generator Operations & Maintenance
- Notice Date
- 9/2/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 129 RQW, Base Contracting, Base Contracting, P.O. Box 103/Stop 25, Moffett Federal Airfield, CA 94035
- ZIP Code
- 94035
- Solicitation Number
- W912LA-10-R-7014
- Response Due
- 9/10/2010
- Archive Date
- 11/9/2010
- Point of Contact
- Jonathan V. Wood, 650-603-9276
- E-Mail Address
-
129 RQW, Base Contracting
(jonathan.wood.1@ang.af.mil)
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. GENERATOR OPERATIONS & MAINTENANCE 1.0 SCOPE: Contractor shall provide all labor, materials, equipment, storage, debris disposal, clean up, certifications, supervision, and transportation to 6 Emergency Back-up Power Generators for the California Air National Guard at Moffett Federal Airfield, CA. 2.0GENERAL: All work shall conform to relevant local, state, federal, and national codes, including EPA and local environmental offices as required, such as Bay Area Air Quality Management and County of Santa Clara. Specifically, work shall comply with Air Force Instruction 32-1062 and 32-1063. These nationally recognized codes shall govern, unless the government deems that specific criteria must be met under Department of Defense (UFC) or Air Force Instructions and regulations, including Air Force Engineering Technical Letters (ETL?s). 3.0 DESCRIPTION OF WORK: Work involves: Exercise 6 emergency back-up power generators under building load on a monthly basis. Monitor generator operations and periodic maintenance and record findings on AF 487 and AF 719, located with government provided. \ 3.1. Automatic Transfer Switch Capability and Engine-Driven Generators. Automatic transfer switch capability and engine-driven generators shall be tested monthly in accordance with subparagraphs 3.1.1 through 3.1.9.5: 3.1.1. Test generators under actual building load during peak load periods to ensure proper automatic transfer switch operation, generator capacity, and overall system reliability. 3.1.2. Generators may be started/idled in preparation to support a scheduled mission fast transfer. 3.1.3. Electrically load generators to at least 50 percent of rated capacity during monthly tests using connected facility loads, if possible. 3.1.4. Once an engine driven generator set reaches operating temperature and is loaded according to paragraph 3.1.3, the generators shall be exercised for a minimum of 1 continuous hour. `3.1.4.1. Generator readings shall be entered on AF 487 immediately after startup and after 15 minutes of the unit being placed on line. A final reading shall be performed just prior to shutdown. Generator readings include, but are not limited to: Temperature, Kw load, Amperage, Voltage. 3.1.4.2. When connected to actual building load and while under generator operation, functionality of all connected building equipment and systems shall be verified by the facility manager. 3.1.4.3. Any problems shall be reported to Civil Engineering. 3.1.5. On the 12th month, in lieu of the regular monthly generator exercise, load test each generator to 75% of rated capacity for a two hour period. Record all temperature, pressure and load information on the AF Form 487. 3.1.6. The generators are to be exercised at least twice a year by shutting off the commercial power to the facility to fully test the automatic transfer switch (ATS). Generators may be exercised using the ?test? feature on the ATS up to 10 times during the year. 3.1.7 Prior to operation of the generator, operator shall visually inspect the generator. Operator shall also check belts, fuel/water separator, and all fluid levels to include, but not limited to oil and radiator fluids. Record inspection and engine hours on AF Form 719 after every inspection. 3.1.8The generator located at B-662 does not have a continuous load when in operation since it is strictly for operating the hangar doors and mulleins during a power outage. It will need to be load tested to at least 50% of rated capacity utilizing a load bank monthly. 3.1.9The Bay Area Air Quality Management permit allows 20 hours of run time per year for maintenance and testing purposes. At no point shall a single generator?s exercising and maintenance run time exceed 20 hrs per rolling 12 month period. It is imperative that operating hours are properly recorded on AF Forms 487 and 719 in order to monitor and forecast run times. Any discrepancies shall be brought to the attention of the Facility Manager or Production Controller immediately. 3.2 Generator Maintenance Maintenance on the generators is to be performed on the 1st and 7th month of the contract period. At a minimum: CHECK: Battery Charging System Anti-freeze and DCA Concentration Drive belt tension and condition Exhaust condensate trap Battery level and specific gravity Generator air outlet Generator assembly Governor adjustment Block heater High fuel alarms (remove and test) Secondary fuel containment alarms (remove and test) Check operation of fault indicator lights CHANGE: Air cleaner element Crankcase oil and filter Fuel filters Other items as per manufactures recommendations. Fuel is to be lab tested annually. 4.0 MATERIALS AND EQUIPMENT: A.All materials shall conform to national, local and normal industry standards. All efforts shall be made to buy American materials. B. Workmanship and installation, including preparation of materials and equipment, shall conform to local and national codes, as well as normal industry standards. 5.0 PERMITS AND COORDINATION: Contractor shall obtain appropriate base access permits, if necessary prior to delivery of material. The government shall assist in coordinating with the facility users as required for access to secure flightline facilities. A.The California Air National Guard at Moffett works a condensed schedule, Monday thru Thursday, 0630-1700 hrs, except for Federal Holidays. B. Government personnel, including the Government Inspector, end user and building occupants will be on the premises in all phases of work. However, you are to direct all questions only to the Civil Engineering Contracting Technical Representative (COTR) or the Government Inspector. C. Although this is not anticipated, an increase in force protection condition (FPCON) level to ?Charlie? in the Air National Guard area will require all civilian contractors to adhere to the directions of the Contracting Officer Technical Representative (COTR), Government Inspector or Security Forces by leaving the base immediately. During this period of time off-base no contractor expenses will be paid by the government. 6.0SUBMITTALS AND PRODUCTS: Contractor shall submit, at least five work-days prior to installation, the product information for the following items: A.A schedule showing the testing schedule, so that coordination with the using agency can be achieved. Schedule testing for approximately the same time each month, i.e. 3 Weds of each month. B.A roster of personnel that will be working on this project. C.Submittals required for this project includes: 1. Any product, part or material that is not OEM or OEM recommended. D.Warranty Information on products/systems to be used. E. MSDSs of all hazardous materials used on the jobsite, including spill prevention, storage, and job safety plans. 7.0METHOD OF OPERATION AND EXECUTION: The contractor shall: A.Conduct all work in strict compliance with all local, state, and Federal environmental statutes and regulations. B.Provide all cones, barriers, lights, signs, placards, and so forth, necessary to establish an adequate and safe work zone to control all types of traffic in and around the work area. C.Remove all debris, waste, spillage, and by-products generated by the construction from the base. No flooring material or product containers will be disposed on the base. 8.0As additional line items: The 129 RQW owns additional generators that belong require similar testing and maintenance as described above. Provide as separate line items, estimates to perform the same testing and maintenance as the Real Property Generators listed above. A) 4 Atlas Copco 30 Kw generators. B) 3 MEP806A 60 Kw generators 1 MEP805B 30 Kw generators 2MEP804A 15 Kw generators IAW FAR 52.211-6 -- Brand Name or Equal (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Any offerors believing they can provide the brand name product may provide evidence for consideration. Evidence must support the offeror's claim they are an authorized distributor and or wholesaler for all the above items requested. All qualified sources may submit a response, which if timely received, will be considered by this agency. A determination that equal products exist or a determination to compete this proposed procurement based on response to this notice is solely within the discretion of the Government posting this RFQ. The Government does not intend to pay for information solicited. Information received after the established deadline shall not be considered. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under about WAWF. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Shipping must be FOB Destination to:129 RQW, Moffett Field, CA 94035-0103 which means that the seller must deliver the goods on its conveyance to 129 RQW or to the destination specified by the Buyer. The seller is responsible for the cost of shipping and risk of loss prior to actual delivery and acceptance at the specified destination. No partial shipments unless otherwise specified at time of order. Quotes must include the following items listed within the quote and can be emailed or faxed to the following individual: Quote MUST be valid for 60 calendar days after date of submission. All items to be shipped FOB destination. Availability of shipment based on date of award. JONATHAN WOOD, SMSgt, CA ANG 129 RQW, Base Contracting Officer FAX (650) 603-9277 jonathan.wood.1@ang.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-3/W912LA-10-R-7014/listing.html)
- Place of Performance
- Address: 129 RQW, Base Contracting P.O. Box 103/Stop 25 Moffett Field CA
- Zip Code: 94035
- Zip Code: 94035
- Record
- SN02265354-W 20100904/100902235336-a49e6b968814bf415a2c753ece08fd11 (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 |