Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2012 FBO #3884
SPECIAL NOTICE

99 -- Services and Support for 800 Area Equipment

Notice Date
7/11/2012
 
Notice Type
Special Notice
 
Contracting Office
U.S. Army Contracting Command - New Jersey, Picatinny Arsenal, New Jersey 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-12-Z-F002
 
Archive Date
8/10/2012
 
Point of Contact
Margaret Reed, Contract Specialist, 973-724-3273
 
E-Mail Address
Margaret Reed
(margaret.b.reed@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command New Jersey (ACC-NJ), on behalf of the US Army Armament Research Development and Engineering Center (ARDEC), Picatinny Arsenal, NJ 07806-5000 is contemplating award of one firm fixed price call order to be competed under previously established Blanket Purchase Agreements for service and support of explosive loading equipment, controls and utilities in the 800 area of Picatinny Arsenal. The Statement of Work (SOW) for this call order is as follows: Design, Installation, Upgrade, Modifications, and Installation, Technical and Field Support for Research & Development Equipment in the Explosive Pilot Processing Melt-Load and Wastewater Treatment Facilities, At Picatinny Arsenal, NJ. 1.0BACKGROUND The melt-load Research & Development (R&D) facilities in the 800 area at Picatinny Arsenal, NJ, has a continued need for design, installation, upgrade, modification, and installation, technical and field support for R&D equipment in the Melt-Load Facility, Building 810, and the Wastewater Treatment Facility, Building 809. Due to the development of new energetic materials and the research that is being performed, in the melt-load facility, to develop new loading processes some existing equipment needs to be upgraded or modified, to include the installation of new support equipment. There are improvements that are needed in the wastewater treatment facility, due to the changes in the R&D work being performed, to ensure that compliance with regulations is maintained. 2.0SCOPE It is necessary that a contract is awarded to sustain the current mission requirements and to keep up with the demands of new requirements. The contractor shall provide all labor, materials, and installation, technical and field support to accomplish the objectives of this contract. It shall be the contractors responsibility to safely and expeditiously provide, upgrade, modify, and install all equipment and support items in the 800 area. 2.1Task 1: Install a High Speed Deluge for the Spray Paint Hood in Building 809 2.2Task 2: Increase the Rotoclone Air Flow Rate Capabilities 2.3Task 3: Provide Installation Support for Building 809 Wastewater Treatment Improvements 2.4Task 4: Install Stainless Steel Vacuum Lines throughout Building 810 Melt-Load Facility. 3.0APPLICABLE DOCUMENTS 3.1American National Standards Institute (ANSI) 3.2American Society for Testing and Materials (ASTM) 3.3Institute of Electrical and Electronic Engineers (IEE) 3.4National Electrical Manufactures Association (NEMA) 3.5National Fire Protection Association (NFPA) 13 2007 3.6National Fire Protection Association (NFPA 15 2007 3.7Underwriters Laboratory (UL) 3.8NFPA 70, National Electrical Code (NEC) 2005 3.9DA PAM 385-64 3.10AMC-R 385-100 3.11Unified Facilities Guide Specifications (UFGS) 3.12Occupational Safety and Health Administration (OSHA) Standards 4.0STANDARDS AND MEASURES 5.0REQUIREMENTS 5.1Installation of a High Speed Deluge for Spray Paint Hood in building 809. 5.1.1Install a dry high speed deluge system within the spray paint hood in Bldg 809. 5.1.2The deluge system shall cover an area of 4ft x 8ft and operate off of an ultraviolet sensor. 5.1.3Deluge system shall be rated for use in a hazardous environment Class I, Div I, Groups B,C, and D/ Class II, Div. I, Groups E,F, and G. 5.2Increase the Rotoclone Air flow Rate Capabilities. 5.2.1Replace rotoclone blower for the Sandvik Blet Flaker with one that has a higher air flow rate. 5.2.2The blower shall fit in the same location as the current system. 5.2.3The control system shall remain the same for the new blower. 5.2.4Operation of the new blower shall remain the same. 5.3Provide Installation Support for the Wastewater Treatment Facility, Building 809. 5.3.1Contractor shall perform the installation of piping, conduit, and ancillary fittings that are required to keep the settling tank valves, water transfer pumps and controls systems within the water treatment facility operational. 5.3.2Contractor shall provide updates to controls system to ensure that all equipment remains operational. 5.4Install Stainless Steel Vacuum Lines throughout the Melt-Load Facility, Building 810. 5.4.1The current copper vacuum lines shall be replaced with stainless steel. 5.4.2The stainless steel vacuum lines will be connected to the following equipment: Cast Cure mixer and load station, 10 gallon melt kettle, 4-nozzle pour machine, 50 gallon melt kettle, 25 gallon melt kettle, 150 gallon melt kettle, and the 75 gallon melt kettle. 5.4.3The installation of the vacuum lines shall be done in two phases. 5.4.3.1Phase 1 will consist of installing a vacuum line from the cast cure mixer to the vacuum pump located on the 2nd floor crows next. 5.4.3.2Phase 1 will also consist of provide a stainless diaphragm isolation valve at each kettle along the vacuum line. 5.4.3.3Phase 2 will consist of replacing the copper vacuum lines between the melt kettles and the stainless diaphragm valve that was installed in phase 1. 5.5Upgrade Steam Lines and Discharge Lines for Grid Melter 5.5.1Upgrade steam and discharge lines on the Grid Melter to accommodate IM explosives. 5.5.1.1Repiping the steam lines for the melter to increase the slope of the vessel 5.5.1.2Repiping the discharge lines for the melter to accommodate the increase in slope of the vessel. 5.5.1.3All controls for the system shall remain unchanged. 5.6The contractor shall provide all necessary labor, parts, tools, test equipment and transportation as required for the completion of the services requested. Services to be performed will entail parts supply, installation and installation support, disassembly and assembly, utility connects and disconnects associated with the IPE to include electrical, electronic, mechanical, hydraulic and pneumatic components and systems applicable to the specific equipment and controls. Utility connects and disconnects will be from existing primary facility sources. On-going and planned shop equipment consolidation, reorganization, replacement and supplementation will require the contractor to perform and coordinate any necessary rigging services with the disconnection and connection of utilities. Prior to starting work, all electrical work and/or building modifications will be approved by and coordinated with DPW engineering. In the case of high speed deluge systems installations or modifications, approval will be required by the Picatinny Arsenal Fire Department and DPW engineering prior to starting work. All services shall be provided in a timely manner. 5.7The installations, upgrades, and modifications shall not impact the on- going operations being conducted in the 800 area. The contractor may be required to work between 1700 and 0600 hours, Monday through Friday depending on the operation schedules. This work must be coordinated with the Security Department at Picatinny Arsenal. The work that takes place will not be performed at any time during explosive operations and there will be no explosives in the buildings during repair work. The contractor may work Saturdays upon prior approval from Energetics, Warheads, & Manufacturing Technology Directorate (EWMTD). Any contractor modification/addition, which impacts existing operational systems (i.e. air scrubber recovery tank, molten energetic lines) must be approved by EWMTD through the submission of an advance written notification as to the duration and timing of impact on the operational system. 5.8The contractor shall submit a written accident prevention plan addressing specific occupational and safety hazards associated with requirements as defined within this contract for Government approval (DI-SAFT- 81563). The contractor shall adhere to the practices and procedures detailed in the accident prevention plan for the duration of this contact. Random audits of the contractors adherence to the accident prevention plan shall be conducted during the course of this contract. Work shall not begin until the accident prevention plan has been approved by the Government. (CDRL) The contractor shall adhere to OSHA and Army Explosive Safety Regulations throughout the execution of this contract. 5.9The contractor shall demonstrate the operation of all new and modified systems. The contractor shall operate the system for an eight (8) hour shift without any system failures. The contractor must verify that the melt pour equipment meets or exceeds operational standards in AMCR 385-100. All equipment and controls will be grounded by the contractor and tested by the Government to minimize possibility of electrostatic discharge. 5.10The contractor shall deliver engineering lists and drawings, of equipment as changes are made to ensure all system documentation is up to date. This will include as-built drawings, electrical drawings, installation drawings, parts lists, and programming code (DI-MISC-80711). All equipment, drawings, lists, controls, and other deliverables that result from this effort will be 100% owned by the Government. 5.11The contractor shall prepare and submit monthly status reports, describing the work that was accomplished and funds expended under the contract during the previous month (DI-MGMT-80227). 5.12The contractor shall report immediately any major accident/incident (including fire) resulting in any one or more of the following: causing one or more fatalities, or one or more disabling injuries; damages of Government property exceeding $10,000; affecting program planning or production schedules; degrading safety of equipment under contract, such that personal injury or property damage may be involved; identifying a potential hazard requiring corrective action. The contractor shall prepare the report for each incident (DI-SAFT-81563). 5.13CONTRACTOR PERSONNEL Services shall be performed only by competent, experienced, qualified and licensed personnel as required. Resumes shall be provided upon request. 5.13.1Contractor personnel shall maintain a log of hours performed for all design, installation, upgrade, modification, and installation, technical and field support. 5.14PARTS The contractor shall use only new standard parts or parts under warrantee equivalent to new unless prior approval is granted by the COR/ACOR. All parts purchased by the contractor shall be guaranteed by the manufacturers warranty free from defects for a period of one year from the date of installation. 5.14.1The contractor shall provide documentation, if requested, that parts or supplies are on order if the parts cannot be obtained from off-the-shelf sources or will not be available within three working days. 5.15SUB-CONTRACTING The prime contractor shall assure that all work performed by a sub-contractor meets the requirements of this statement of work. This requirement is 100% set-aside for small business. NAICS 238290, Other Building Equipment Contractors. Interested persons may identify their interest and capability to respond to this requirement via email no later than the closing time/date of this announcement, 25 July 2012. The point of contact for this notice is Barbara Reed, Contract Specialist, margaret.b.reed@us.army.mil. Any questions may be submitted to the point of contact via email only. The Government does not intend to pay for any information provided under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2c72769fddd8614723a9211d5f5fae3b)
 
Record
SN02800628-W 20120713/120712000813-2c72769fddd8614723a9211d5f5fae3b (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.