MODIFICATION
J -- HIGH VOLTAGE R&D ELECTRICAL EQUIPMENT OPERATION & MAINTENANCE SERVICES
- Notice Date
- 1/19/2011
- Notice Type
- Modification/Amendment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
- ZIP Code
- 60604
- Solicitation Number
- 5TP57110012
- Archive Date
- 2/17/2011
- Point of Contact
- Eben R. Greybourne, Phone: (312) 886-3811
- E-Mail Address
-
eben.greybourne@gsa.gov
(eben.greybourne@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- OPENING STATEMENT: The Governments objective is to purchase commercial electrical testing, operations, design, maintenance, repair, and associated services. The purpose of this notice is to (1) solicit the names of interested vendor(s) and their business size. The Government will use this market research in determining its solicitation strategy, and (2) announce the pending release of a solicitation for the required electrical services. To obtain market information, the Government requests that all interested parties RESPOND TO THE FOLLOWING QUESTIONS ON OR BEFORE 2 FEBRUARY 2011. Release of a solicitation is tentatively planned for late February 2011. However, this notice does not obligate the Government to solicit for this requirement or award a contract. RESPONSES TO THIS NOTICE: Vendors who can fulfill this requirement and who would be interested in submitting a proposal, in the event that a solicitation is issued, are requested to provide the following information in response to this request - 1. Name of Company: 2. Address of Company: 3. Name, phone number and email address of company representative. 4. Company size standard and/or socio-economic standing; i.e., large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. 5. A statement confirming that your firm is a fully qualified and currently accredited InterNational Electrical Testing Association (NETA) company with e mployees having InterNational Electrical Testing Association (NETA) and National Electrical Code experience. 6. A statement confirming that you have reviewed and can comply with the work description summary included with this announcement (below). 7. As statement confirming that your firm has current SECRET security clearances for the following positions as a minimum: Project Manager, Professional Engineer, two Electricians. Responses should be emailed to: Eben Greybourne, Contracting Officer at eben.greybourne@gsa.gov. REQUIRING ACTIVITY: This is a requirement of the U.S. Air Force Research Laboratory, Propulsion Directorate (AFRL/PR), Engineering Support Branch (AFRL/RZOEE), Building 18 Room 2B, 1950 Fifth Street, Wright Patterson AFB, Ohio 45433-7251. AFRL/PR is responsible for development of aircraft propulsion systems. As part of this responsibility AFRL/PR provides and maintains all electrical systems and equipment that support its propulsion research and development efforts. This includes maintenance of all electrical systems throughout the R&D facility. The vendor selected to fulfill this requirement will support this AFRL/PR mission objective. As prescribed by FAR 5.207, the following information is provided. (1a) National Stock Number (NSN) if assigned: Not Applicable (1b) NAICS Code: 238210 Electrical Contractors and Other Wiring Installation Contractors (1c) Product Service Code: J059 - Maintenance and repair of electronic and electrical equipment (1d) Small Business Size Standard: Average annual receipts over the past three years not exceeding $14 million. (2a) Specification/Description of Requirement (summary): General Scope - The contractor shall provide all personnel services, test equipment, tools, materials, vehicles, and sub contracting necessary to perform non-personal services for operations and maintenance of High Voltage Electrical Supply and/or Distribution Systems supporting the in-house research and development mission programs at the Propulsion Directorate, Air Force Research Laboratory (AFRL/RZ), Area B, Wright-Patterson AFB. Under this contract the Contractor shall perform the following services - Type of electrical services - •· Inspect, repair, adjust, calibrate, modify and maintain R&D electrical supply and distribution systems and facilities listed on this contract. •· Perform preventive maintenance (PM) on motor-generator (M-G) sets, switchgear, motor control equipment, air circuit breakers, high voltage rectifiers, cooling systems and/or other specialized equipment, provided on the electrical test plan and schedule. •· Provide electrical engineering services for the covered equipment for system studies, preparation of schematics, electrical test and checkout and/or other tasks requiring this specialized expertise -- Computer-Aided Design/Computer-Aided Engineering (CAD/CAE) services •· Provide electrical designs including generating new drawings and updating of existing electrical system documentation. •· Provide labor to maintain electrical equipment areas clean and free of all dirt, dust, debris, oil and other materials that could impair the proper operation of electrical equipment contained in the areas. •· Installation of electrical equipment •· Removal and replacement of electrical equipment •· Electrical acceptance testing •· Electrical engineering services in support of equipment and system maintenance and modification •· Purchasing electrical equipment, parts, supplies, and subcontracted services (including invoicing and payment) •· Receiving and inspection of purchased items and services •· Storage and inventory of electrical equipment, parts, and supplies •· Manage issuance and receipt of electrical equipment, parts, and supplies to and from users •· Disposal of electrical equipment, parts, and supplies, including disposal of any associated hazardous materials. •· Keeping records and making reports of all electrical equipment, parts, supplies, and services. Type of equipment serviced - •· Low, medium, and high voltage cable splicing •· Low and medium voltage rotating equipment •· Low, medium, and high voltage supply and distribution equipment and systems in support of Research and Development facilities. Specific Requirements: •· Staff - The Government anticipates a contractor staff of approximately 15 people to include a manager, foreman, professional electrical engineer, CAD electrical designer, secretary/administrative, electrical cleanup operator, and electricians. Due to the unique nature of much of AFRL/RZ's R&D electrical rotating and distribution equipment, the PWS requires the contractor to provide an electrical engineer, who is a registered professional engineer, and journeyman electricians with very specific qualifications. •· Meter / Relay Repair - At least one electrician shall have a watch maker's background with at least two (2) years experience in electro-mechanical and solid state meter / relay repair and calibration. •· Lead Cable Splicer - At least one electrician shall be a qualified cable splicer experienced in splicing lead covered low, medium, and high voltage cable. •· InterNational Electrical Testing Association (NETA) Certification - The company must be a fully qualified NETA accredited company. At least two electricians shall be NETA certified level three (3) or better. •· Electricians - All contractor employee electricians shall have five or more years experience with industry and construction where the National Electrical Code is applied and/or five or more years experience with electrical testing where NETA or an equivalent credited testing organization's practices, rules, and procedures is applied and shall have been entered and successfully completed an approved apprenticeship and training program for journeyman electricians in accordance with the local trade agreement. •· Computer- Aided Designer- The contractor employee shall have either an associates degree in an engineering field from an accredited college or university with at least six (6) years of related technical experience. Additionally, the CAD Designer shall have at least five years experience with Micro Station V8. •· Professional Engineer - The person performing in this position shall be an Ohio state Professional Engineer in the electrical engineering field and shall hold a valid license throughout the duration of the contract •· Primary Business/Core Competency - The contractor's business shall be primarily in the technical testing and maintenance of electrical materials, devices, appliances, electrical installations and systems for the purpose of keeping equipment in optimal operating condition and preventing injury to persons or damage to property and other equipment. •· Project Manager - The person performing in this position shall have a college degree of B.S. or better in an engineering technical field with over 5 years experience managing electric technicians and other services that support this type of contract including the other specific requirements mentioned in this synopsis. •· Business Credentials - The contractor shall have been in this business for a minimum of five years (5) and be in good financial standing. •· Electrical Test Equipment: The PWS requires that the contractor be capable of providing, within a 24-hour period, a considerable list of backup electrical test equipment that are specialized, expensive, and intended for use in medium and high voltage applications up to electrical substation level. This equipment is normally used by contractors whose primary work is testing, maintenance and repair of medium and high voltage electrical distribution equipment, versus the electrical construction and equipment installation industry. •· Call Services: The PWS requires that the contractor be capable of providing emergency services. (2a) Special Eligibility Qualifications: The Contractor must be a fully qualified and currently accredited InterNational Electrical Testing Association (NETA) company. Employees must have InterNational Electrical Testing Association (NETA) and National Electrical Code experience. Selected Contractor employees must have a current SECRET security clearance to perform this work. (3) Manufacturer: Not Applicable (4) Size, dimensions, or other form, fit or functional description: Not Applicable (5) Predominant material of manufacture: Not Applicable (6) Quantity, including any options for additional quantities: Approximately 15 FTE (Full time equivalent) positions plus materials using a combination of fixed price and time & material pricing. (7) Unit of issue: Not Applicable (8) Destination information: End items shall be delivered to, and services perform at, AFRL/PR at Wright Patterson AFB, Ohio (9) Delivery schedule: As prescribed on individual task directives. (10) Duration of the contract period: potential for 5 years (one-year base period and 4 one-year option periods) (11) Contract award -- (i) A description of the procedures to be used in awarding the contract: Open Market request for proposals. The Government has not yet determined the method of proposal evaluation. Both "technically acceptable-low price" and "best value" evaluation methods are under consideration. (ii) The anticipated award date. 1 May 2011 (12) Architect-Engineer project Information: Not Applicable (13)(i) FAR clause at 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause: Not Applicable (ii) FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause: Not Applicable (iii) FAR clause at 52.225-11, Buy American Act-Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements, or an equivalent agency clause: Not Applicable (14) Non-Competitive Information: Not Applicable (15) Fair Opportunity/Award Consideration: Solicitation strategy has not yet been finalized. In the absence of adequate response to this notice from eligible small businesses the Government anticipates soliciting all responsible sources. (16) Solicitation Availability: The solicitation will be released in approximately 30 to 60 days. The solicitation will be released through this GPE (Government-wide Point of Entry) portal (FedBizOpps). A written (hard copy) solicitation will not be issued. (17) Electronic Data Interchange: Not Applicable (18) Technical Data Source: Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9155444f96de24ab35f6eaa6e2dd25f6)
- Place of Performance
- Address: U.S. Air Force Research Laboratory, Propulsion Directorate (AFRL/PR), Engineering Support Branch, Wright Patterson AFB, Ohio, 45433-7251, United States
- Zip Code: 45433-7251
- Zip Code: 45433-7251
- Record
- SN02362240-W 20110121/110119233935-9155444f96de24ab35f6eaa6e2dd25f6 (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 |