Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2012 FBO #3966
SOLICITATION NOTICE

J -- W91ZLK-13-T-0002 Ammonia Refrigeration Support

Notice Date
10/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG - Installation Division, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-13-T-0002
 
Response Due
10/16/2012
 
Archive Date
12/15/2012
 
Point of Contact
Timothy J Compton, 4102780747
 
E-Mail Address
ACC-APG - Installation Division
(timothy.j.compton7.civ@mail.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. W91ZLK-13-T-0002 Ammonia Refrigeration Support This 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; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-61. The solicitation number for this requirement is W91ZLK-13-T-0002. This requirement has been deemed unrestricted under the associated North American Industry Classification System (NAICS) Code 811310, Commercial and Industrial Machinery and Equipment(except Automotive and Electronic) Repair and Maintenance, and the Small Business Size Standard $7,000,000.00. The Government contemplates award of a Firm-Fixed Price purchase order with a Time & Material contract line item under FAR Part 12, Acquisition of Commercial Items. This procurement will be evaluated as lowest price technically acceptable, for the procurement of the following: Ammonia Refrigeration Support Overview: Aberdeen Test Center (ATC) is a testing agency for the Department of the Army and houses various refrigeration systems that may not be comparable to private industry HVACR. The Aberdeen Test Center requires maintenance and repair services on various test chambers located at the Aberdeen Proving Ground. These services require experienced and qualified technicians in the field of industrial ammonia refrigeration. Requirements: I.Fixed Price Preventive Maintenance: All preventive maintenance will be performed annually. All work must be completed within ATC scheduled maintenance shutdown period. ATC tries to schedule 2 weeks of maintenance during the Christmas holiday timeframe and again during the July 4th holiday timeframe. These dates are not guaranteed and the maintenance period can vary in duration and scheduled dates. Equipment listed for maintenance is for general information. Contractor must field verify for proper make, model, type and/or size. 1.Check motor and compressor alignments annually and perform any necessary alignments. All alignments will be performed at normal operating temperatures and within manufacturer tolerances and specifications. All final tolerances shall be listed on the maintenance report. a.Bldg 450 1)(2 each) 200 HP/ 125 HP Frick Screw Compressor Packages b.Bldg 383C 1)(3) 250 HP FES Screw Compressor Packages 2)(3) 150 HP FES Screw Compressor Packages 3) (3) 200 HP FES Screw Compressor Packages c.Bldg 383C 1)(2) Glycol Pumps 2)(6) Ammonia Liquid Pumps 2.Perform annual vibration diagnostic testing to help identify and prioritize mechanical problems. Testing shall be performed with OEM route specific to compressor. Analysis shall be reviewed by a factory trained technician. The results of the analysis shall be listed in the annual maintenance report. a.Bldg 450 1)(2) 200 HP/125 HP Frick Screw Compressors b.Bldg 383C 1)(3) 250 HP FES Screw Compressor Packages 2)(3) 150 HP FES Screw Compressor Packages 3)(3) 200 HP FES Screw Compressor Packages c.Bldg 383C 1)(2) Glycol Pumps 2)(6) Ammonia Liquid Pumps 3.Perform balancing on evaporator fans annually using a computer analyzer. Clean and remove debris from fan blades prior to balancing. a.Bldg 450 - (8 each) Belt Driven Fans 4.Perform maintenance annually on equipment frequency drive(s). Maintenance shall be performed within manufacturer recommendations and guidelines. Maintenance shall include physical cleaning and visual inspection of all components, and bypass operations. Service technician must be arc flash trained and provide proper safety equipment. a.Bldg 383A - (2) Yaskawa Motor Drive, Model: E7BBB011N b.Bldg 383B - (2) Yaskawa Motor Drive, Model: 4N4W0457 c.Bldg 737E1 - (1) Delta Motor Drive Model: VFD40WL11A, (1) AC Tech Motor Drive, Model: SF450 5.Perform instrument calibrations on facility and equipment control instrumentation. Calibrations must be performed with certified instrumentation. Results of calibrations shall be listed in the annual maintenance report. a.Bldg 383A 1)(2) Chamber temperature RTD 2)(2) Makeup air system(s) dewpoint sensor 3)(20) Makeup air system(s) temperature RTD 4)(4) Makeup air system(s) relative humidity sensor b.Bldg 383B 1)(1) Chamber temperature RTD 2)(1) Makeup air system dewpoint RTD 5)(10) Makeup air system temperature RTD 6)(2) Makeup air system(s) relative humidity sensor c.Bldg 383C 1)(3) Pump Package liquid level probes 6.Perform system safety checks on equipment safety components and controls. a)Bldg 450 1)(2) 200 HP/125 HP Frick Screw Compressors 2)(1) Refrigeration condensers (Includes sump heater operation) b)Bldg 383C 1)(3) 250 HP FES Screw Compressor Packages 2)(3) 150 HP FES Screw Compressor Packages 3)(3) 200 HP FES Screw Compressor Packages. 4)(3) Refrigeration condensers (Includes sump heater operation) 7.Perform non destructive pipe integrity testing on a minimum of 10 locations. a)Supply inspection plugs at all test points. b)Provide results and any recommendations in maintenance report. 8.Perform oil analysis for compressor packages at both Bldg 383A and Bldg 450 facilities. Provide test results in maintenance report. 9.Perform ammonia purity test on the Bldg 383C refrigeration system. Provide test results and any recommendations in maintenance report. II.Fixed Price Maintenance Service 1.Provide thirty (30) maintenance repair service visits. a)Service shall be scheduled at the request of the ATC POC. b)A service visit will consist of eight (8) consecutive working hours and will start when the technician is onsite. c)Service working hours can be scheduled between 0600 and 1930. d)Service technician shall be responsible for possessing their own truck, tools and equipment necessary to perform the repair task. e)Service technician will perform maintenance repairs tasks to all test chambers at the requested by the ATC POC. The technician will record and discuss the findings with the ATC POC prior to any repairs. f)The technician shall provide a daily field service report that includes the contract delivery order, date, building number, equipment model number and serial number, parts replaced, quantity, description of malfunction, hours worked on each task, and a brief description of the work performed. g)Maintenance tasks will involve working directly with the facility operators to accomplish the work in a safe and timely manner. h)Maintenance repair labor shall include all areas associated with the field of Industrial Ammonia HVACR. Equipment includes but not be limited to: low temperature refrigeration screw compressors, FES control automation systems, automated logic control systems, industrial air compressor and dryer systems, industrial conditioned makeup air systems, industrial humidification systems, cascade refrigeration systems, ammonia valve stations, ammonia pump packages, and industrial exhaust fans. i)Contractor shall provide engineering support for system troubleshooting, modifications and upgrades. III.Fixed Price Equipment Manufacturer Representative Service Visit 1.Contractor shall annually provide a manufacturer representative for each of the following systems. Service visit shall be at the request of the ATC POC. a)Two consecutive days of technical support on the PLC and Microlink automation systems located at Bldg 383A, Bldg 383B, and Bldg 383C. Equipment manufacturer is GEA FES Systems, Inc., York, PA. b)Two consecutive days of technical support on the makeup air system located at Bldg 383A and Bldg 383B. Equipment manufacturer is Phoenix Air Systems, 2929 West Park Dr, Owatonna, MN. c)Two consecutive days of technical support on the makeup air system at Bldg 737E. Equipment manufacturer is Munters Des Champs Products, 225 South Magnolia Ave, Buena Vista, VA. IV.Emergency T&M. 1.Contractor shall provide emergency service and maintenance repair supplies at the request of the ATC POC. 2.Contractor shall provide maintenance repair supplies at the agreed upon percentage markup over the contractors cost. A copy of the contractors sale receipt shall be submitted to the ATC POC prior to invoicing. 3.Contractor shall provide a minimum (1) year warranty on all repair parts provided during repairs. The Contractor shall replace repair parts installed by contractor technician that fail within the (1) year period at no expense to the government. 4.The contractor will provide manufacturer cut sheets, specification sheets and manuals for all parts and/or equipment replaced or installed. 5.Materials and/or replacement parts required to perform maintenance repair may or may not be provided by the contractor under this contract. In some cases ATC may provide the maintenance repair parts and or supplies. V.General Requirements: 1.Contractor shall provide a Service Manager at his/her cost who will be responsible for the overall management and coordination of the contract and act as the central point of contact with the ATC POC. The Service Manager will provide a Service Technician, Pipe Fitter, or Control Automation Specialist within 24-hours of notification for repair services by the ATC POC. Contractor must be located within 25 miles and capable of emergency response to a catastrophic ammonia release within 30 minutes. 2.Contractor shall provide fully qualified field personnel to accomplish all HVACR maintenance & repair tasks, piping fitting and control automation calibrations and adjustments as directed by the ATC POC. Technician shall have a minimum (5) years experience working with industrial refrigeration systems that utilize refrigerants such as: Ammonia, R-22, 404A, and SUVA 95. Technician shall have current First Responder Training to include Level-A suit, SCBA, respirator along with other CFR required PPE. Technicians shall be experienced with Process Safety Management plans and capable of obtaining a security badge for access behind the ATC secured fence within 60 days of contract award. 3.Contractor's company shall have an active membership in Refrigeration Engineering Technical Association (RETA) and have experience performing mechanical integrity inspections in accordance with IIAR B109. 4.The main front ammonia plant houses 28,000 pounds of NH3 that feeds three separate test chambers. Because the quantity is over the EPA/OSHA threshold of 10,000 pounds. A Risk Management Plan and Safety Management Plan are enforced and safety is the critical to the surrounding employees of APG. A worst case scenario ammonia release could affect 1.9 miles from the point of release. Therefore, the contractor shall be located locally within 1-hour and capable of responding to a Release Emergency within 2-hours or less of notification. 5.Contractor technician may or may not be requested to work alongside the ATC facility operator maintainer. This request will be determined by the ATC POC after reviewing the task at hand. NOTES to OFFERORS: Please propose one Firm-Fixed Price that includes sections I, II, and III. Please propose hourly rate for section IV Emergency T&M. Provide technical proposal. Acceptance shall be at destination. Shipping shall be FOB Destination to Aberdeen Proving Grounds, MD 21005. Contractor must meet ALL requirements of section V General Requirements. The following provisions and clauses will be incorporated by reference: 52.209-6 protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.212-1 Instruction to Offerors Commercial Items 52.212-2, Evaluation Commercial Items The contract will be awarded to the Lowest Price Technically Acceptable (LPTA). The technical evaluation will be a determination based on the technical proposal furnished by the offeror. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. 52.212-4 Contract Terms and Conditions Commercial Items ADDENDUM to 52.212-4 52.223-11 Ozone Depleting Substances 52.247-34 FOB Destination 252.211-7003 Item Identification and Valuation 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C 253S and 10 U.S.C.2402) 52.219-14 Limitations on Subcontracting 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Disabled Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Disabled veterans and Veterans of the Vietnam Era 52.225-13 Restrictions on Certain Foreign Purchase 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.243-1 Changes - Fixed Price 52.243-3 Changes - Time & Material or Labor Hours 52.246-4 Inspection of Services - Fixed Price 52.246-6 Inspection - Time & Material or Labor Hours 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) The following additional DFAR clauses cited in the clause are applicable: 52.203-3 Gratuities 252.225-7000 Buy American Act-Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payment Program 252.225-7012 Preference for Certain Domestic Commodities 252.225-7015 Preference of Domestic Hand and Measuring Tools 252.225-7021 Trade Agreements 252.232-7003 Electronic Submission of Payment Requests EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (JUL 1999) (APG 52.0229-4100) Exemption Certificate No. 30005004 covers exemption from Maryland Retail Sales and Use Tax The full text of FAR and DFAR references may be accessed electronically at this address: http://farsite.hill.af.mil SUBMISSION PROCEDURES: All questions must be submitted via email to timothy.j.compton7.civ@mail.mil by 12 p.m. Eastern Time, Wednesday, 10 October 2012. Quotations must be signed, dated, and received by 12 p.m. Eastern Time, Tuesday, 16 October 2012, via email to timothy.j.compton7.civ@mail.mil (preferred method), or via U.S. Mail at US Army Contracting Command- Aberdeen Proving Grounds, Installation Contracting Division, Attention: TJ Compton, 4118 Susquehanna Avenue, Aberdeen Proving Grounds, MD 21237-3013. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), prior to award, will not be considered. Vendors may register with SAM by going to www.sam.gov. NO TELEPHONE REQUESTS WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0034469abd39d0e6df785e078400ca70)
 
Place of Performance
Address: ACC-APG - Installation Division Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN02905520-W 20121003/121001235155-0034469abd39d0e6df785e078400ca70 (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.