SOURCES SOUGHT
J -- Superbox Systems Maintenance and On Call Emergency Repairs - PWS WITH PHOTOS - Superbox Layout
- Notice Date
- 12/3/2015
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG-TENANT CONTRACTING DIV, 6001 COMBAT DR, ABER PROV GRD, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W91ZLK-15-T-0219
- Archive Date
- 1/2/2016
- Point of Contact
- Amy DuBree, Phone: 4438614743
- E-Mail Address
-
amy.c.dubree2.civ@mail.mil
(amy.c.dubree2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- CDRL Exhibit 1, Superbox layout PWS with photos W91ZLK-15-T-0219 SOURCES SOUGHT SUPERBOX SYSTEMS MAINTENANCE AND ON-CALL EMERGENCY REPAIRS This is a Sources Sought Announcement and request for information only. This is not a Request for Proposals and does not constitute a commitment, implied or otherwise, that the Government will take procurement action on this matter. Requests for a solicitation will not receive a response. The Government will not be responsible for any cost incurred in furnishing information provided under this Sources Sought Announcement. Responses will assist the Government in determining potential responsible sources and to determine the technical capability of the domestic services base. SMALL AND LARGE BUSINESS SOURCES SOUGHT NAICS CODES: 811310 Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance $7.5M CONTRACT TYPE: FIRM FIXED PRICE (FFP) ACRONYMS: Not to Exceed (NTE) Not Separately Priced (NSP) CLIN 0001; Preventative Maintenance Base Year 1 JOB $ Base Year Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment. CLIN 0002; Unscheduled Repairs 1 JOB $ NTE Base Year Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment attachment 1 CLIN 0003; Repair Parts Base Year 1 JOB $ NTE Base Year Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment. CLIN 0004; Accounting for Contract Services 1 YEARS tiny_mce_marker.00 NSP Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil. CLIN 1001; Preventative Maintenance Option Year One (1) 1 JOB $ Option Year One (1) Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment CLIN 1002; Unscheduled Repairs Option Year One (1) 1 JOB $ NTE Option Year One (1) Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment. CLIN 1003; Repair Parts Option Year One (1) 1 JOB $ NTE Option Year One (1) Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment. CLIN 1004; Accounting for Contract Services Option Year One (1) 1 YEARS tiny_mce_marker.00 NSP Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil CLIN 2001; Preventative Maintenance Option Year Two (2) 1 JOB $ Option Year Two (2) Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment. CLIN 2002; Unscheduled Repairs Option Year Two (2) 1 JOB $ NTE Option Year Two (2) Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment. CLIN 2003; Repair Parts Option Year Two (2)) 1 JOB $ NTE Option Year Two (2) Period of Performance: 12 Months FFP The contractor shall provide the maintenance service on the below listed Government owned equipment CLIN 2004; Accounting for Contract Services Option Year Two (2) 1 YEARS tiny_mce_marker.00 NSP Cost for Providing Accounting for Contract Services - ACC-APG 5152.237-4900, Accounting for Contract Services Requirement, has been added to the statement of work, and contractor is required to provide data on contractor manpower (including subcontractor manpower) for performance of this contract. Instructions, including the Contractor and Subcontractor User Guides, are available at the CMRA (Contractor Manpower Reporting Application) website at: https://cmra.army.mil. For further assistance, email the CMRA Help Desk at https://contractormanpower.@hqda.army.mil Interested Vendors shall respond as follows: Email to: amy.c.dubree2.civ@mail.mil NO TELEPHONE CALLS WILL BE HONORED SUBJECT: Sources Sought Response: W91ZLK-15-T-0219; SUPERBOX SYSTEMS MAINTENANCE AND ON-CALL EMERGENCY REPAIR Attachment 1: Capabilities Statement Including: Business Size Socio-Economic Classification i.e. Hub zone, SDVOSB etc. CAGE Code DUNS Code NAICS Codes Attachment 2: Questions/Assumptions/Suggestions RESPONSES ARE DUE NO LATER THAN 18 DEC 2015 at 10:00 am EST. The Government reserves the right to close this Sources Sought Notice once it has received an adequate number of responses. All requests for further information must be made via email. Telephone requests for additional information will not be honored. For questions, potential respondents shall email the Contracting Officer at Amy DuBree, amy.c.dubree2.civ@mail.mil. Place of Performance: U.S. Army Aberdeen Test Center Aberdeen Proving Ground, MD 21005 STATEMENT OF WORK / PERFORMANCE WORK STATEMENT SUPERBOX Test Site, FY 2016-2019 SUPERBOX Systems Maintenance & On‐ Call Emergency Repairs C.1. General: C.1.1 SCOPE OF WORK: The Contractor shall furnish all labor, parts and materials for Inspection, Preventative Maintenance, Repair and Modification (IPMR&M), (henceforth referred to as "maintenance") of the SUPERBOX test site (henceforth referred to as "SUPERBOX"). The maintenance shall be performed quarterly (CLIN 1), and the Contractor shall respond to EMERGENCIES & REQUESTS FOR REPAIRS (CLIN 2). The SUPERBOX is located at the U.S. Army Aberdeen Proving Ground (APG), Md. The SUPERBOX will be tested in accordance with the statement of work (SOW) Section C.3. System Description: The SUPERBOX (aka Depleted Uranium (DU) Containment Facility) is an environmentally safe, enclosed facility for testing weapons and targets that have components made from depleted uranium (DU) (see photo below). It started operations in 1990. The SUPERBOX and its operations are licensed, regulated, and inspected by the following agencies: Nuclear Regulatory Commission (NRC), Department of Energy (DOE), Environmental Protection Agency (EPA), Occupational Safety & Health Administration (OSHA), and the US Army Center for Health Promotion and Preventive Medicine (CHPPM). The SUPERBOX is composed of seven air trains, plenums, an 84' diameter hemispherical containment vessel, a flight tunnel with high- and low-speed doors, and ancillary systems (to include mechanical, electrical, compressed air, and power distribution). Also included are support buildings for maintenance. (See drawing, Exhibit 1). Fresh air is pumped into the top of the containment vessel via the AIR SUPPLY system, forcing suspended air particulates down toward the floor where it is drawn out through the EXHAUST system. Dampers, which control air flow, are closed, open, and throttled in accordance with operating modes. The maximum air flow through the system is 64,000 cfm (cubic feet per minute). The Air Filtration system is comprised of cartridge filters and HEPA (High Efficiency Particulate Arrestance) filters which ensure that clean, uncontaminated air is discharged through the exhaust stack (see filters houses in photo below). Salient hardware are listed in Section C.3.1. (Please note that the listed Salient Hardware may not encompass all hardware covered in this maintenance contract, nor does it constitute separate systems. The Salient hardware merely lists prominent and representative items.) C.1.2 PERIOD OF PERFORMANCE. The period of performance of the contract is for one-year base ("Base Year") from date of award with two (2) one-year options ("Option Years"). C.1.3 PLACE OF PERFORMANCE. Performance will take place at the Aberdeen Test Center (ATC), Aberdeen Proving Ground (APG), Maryland, 21005-5059 at Fords Farm test site. C.1.4 HOURS OF NORMAL OPERATIONS. ATC is currently operating under an Alternate Work Schedule. The work schedule is 8 workdays of 9 hours each, 1 workday of 8 hours, and every other Friday off as depicted below. Sunday Monday Tuesday Wednesday Thursday Friday Saturday Week 1 hrs 0 9 9 9 9 8 0 Week 2 hrs 0 9 9 9 9 OFF 0 Current hours of operation are 6:00 a.m. to 3:30 p.m., to include a 30 minute meal period, with the exception of the first Friday in the Government's bi-weekly pay period which is 6:00 a.m. to 2:30 p.m. ATC reserves the right to switch to a ten 8-hour workday schedule. The Contractor shall adhere to curtailing operations and ATC closures. Curtailments and ATC closures include any time when ATC is in a non-operational status for events including but not limited to emergency situations, power curtailments, furlough, ATC events, or planned training days. Contractors are expected to adhere to the ATC curtailment or closure schedule. The COR will notify the Contractor of the dates of curtailment and closure. Maintenance shall be performed between the hours of 0600 and 1530, Monday through Friday and alternating Fridays. Weekends, second Friday and Federal holidays excepted. Maintenance services shall be scheduled through the Contracting Officer's Representative (COR) fourteen (14) calendar days before work is to commence to avoid conflicting with the SUPERBOX testing schedules. C.1.5 PERSONNEL. C.1.5.2 Training, Education and Certification requirements. Personnel performing maintenance services shall be trained and have at least five (5) years experience performing services on equipment similar to that listed in Section C.3. Personnel performing inspection, maintenance and repair in Heating, Ventilation, Air Conditioning, and Refrigeration (HVACR) shall be licensed by the state of Maryland in accordance with Business Regulation Article 9A, Annotated Code of Maryland and COMAR 09.15. C.1.5.3 Hazardous Conditions. Contractor personnel may be exposed to the following conditions during performance of work: C.1.5.3.1 High noise levels (impulse and steady state). C.1.5.3.2 Proximity to electric power sources of high voltage and/or amperage. C.1.5.3.3 Working in confined spaces. C.1.5.3.4 Work will be conducted near other ATC test sites. Contractor personnel shall check with the Facility Manager, range safety official, or person-in-charge to ensure that NO hazardous explosives or ammunition items are within the area where services are to be performed, PRIOR to entering work areas. C.1.5.3.5 Depleted Uranium (DU): The Contractor will work both inside and outside of posted radiological materials (RAM) areas. A. DU is a low level radioactive, toxic, heavy metal. It poses a chemical health and ionizing radiation health risk (via ingestion and inhalation). There is not an external hazard. B. ATC operates the Fords Farm test site under Nuclear Regulatory commission (NRC) License Number SUB-834 for a "Fuels and Materials Facility" (one of the NRC's ten broad subdivisions.) ATC has implemented a very robust radiological protection program which is inspected by the Nuclear Regulatory Commission. The personnel from the US Army Aberdeen Test Center (ATC) are experienced in handling DU to include complete decontamination and disposal procedures. On-site instrumentation monitors the air quality both inside and outside the containment vessel, to include real-time air quality monitoring. C. ATC will provide the Contractor initial DU Hazard Awareness Training and recurrent briefings to understand the risks, procedures, and engineering controls. D. The Contractor's tasks will generally not require contractor personnel to don, or "dress out" in, DU-specific Personal Protective Equipment (PPE). The Contractor may be required to submit a Urine Uranium Bioassay sample if the work required will be in an airborne contamination area. If the Radiation Safety Officer determines the need, then the worker will be placed in the monitoring program. E. The Contractor may be asked to work in areas adjacent to the containment vessel and air trains. Such areas potentially contain DU and are clearly demarcated by rope and "radiation" postings. Ingress and egress points to such areas will be will be controlled. In these instances the Contractor would be continuously monitored by Fords Farm qualified radiation workers, who would provide instructions and necessary PPE (e.g. rubber over-boots, gloves, and/or respirators), and, upon exit, check the hands, feet, and clothing of the contractor (aka "hand and foot frisk"). This area is not within the airborne contamination area and bioassay is not required. The monitoring devices used to check the Contractor will be calibrated radiation survey instruments (containing either a Geiger-Muller (GM) or a scintillating-type detector.) F. Using procedures and engineering controls, IAW with NRC and Environmental Protection Agency (EPA) radiation standards, any incidental DU exposure from the licensed operation will not exceed the dose limits for "individual members of the public" (based on the effective dose equivalent (EDE)), per the NRC 10 CFR 20.1301. (Please note that allowable dose limits for "the public" are approximately 50 times lower than "occupational" dose limits.) G. ATC accomplishes ALARA (As Low As Reasonably Achievable), by: (1) Posting hazards and controlling access to radiation sources. (2) Only using the amount of RAM or radiation sources necessary to accomplish the mission. (3) Conducting hazard analysis of work processes and tests, and using engineering controls to reduce exposures. Provide feedback and appraisal of processes and procedures to improve work practices and controls. (4) Limiting the number of personnel being exposed to ionizing radiation. (5) Limiting the duration in which personnel are exposed to ionizing radiation. (6) Educating personnel on the hazards of ionizing and non-ionizing radiation. (7) Documenting environmental effects of RAM. (8) Arranging for appropriate medical examinations to detect evidence of adverse ionizing and non-ionizing radiation effects. F. The point of contact for DU-related issues is the Radiation Safety Officer, Radiation Safety Team, Aberdeen Test Center, APG, Md. 21005-5059. Phone numbers are 410-278-6417, and 410-278-4688. C.1.5.3.6. As deemed necessary and by mutual consent, Contractor personnel may be assisted by ATC personnel to include: crane and rigging operators, electricians, fabricators, mechanics, engineers, and technicians. C.1.5.4 Program Management and Key Personnel. The Contractor shall designate and provide a Program Manager (PM) who shall perform overall management of the SOW (Statement of Work). The PM shall be the Contractor's primary point of contact and shall have the authority to make decisions on all matters on behalf of the Contractor. The PM shall interact primarily with the COR (Contracting Officer's Representative) but may also interact with the Superbox Facility Manager under certain scenarios, such as emergency repairs (see C.3.13 Emergency Repairs). The Contractor shall also designate an alternate PM who shall be authorized to make decisions in the absence of the PM. This designation shall be accomplished fourteen (14) calendar days, or earlier, prior to start of performance. C.1.5.5 Identification of Contractor Personnel. The Contractor shall wear visible identification that represents them and their company as a Contractor performing a mission support function. Furthermore, the Contractor shall prominently display their Security Badge as required by security regulations. C.1.6 SAFETY. The Contractor shall provide all safety equipment required for personnel operating in an industrial area in accordance with OSHA standards and ATC regulations and procedures. Contractor personnel shall have personal protective equipment (PPE) in their possession at all times while performing maintenance services and shall utilize this equipment in accordance with OSHA standards, ATC regulations, and as conditions warrant. This shall include, but is not limited to, safety shoes, hard hats, eye protection, hearing protection, work gloves and personal fall arrest systems. The Contractor shall provide all contract personnel with hardhats, safety shoes, eye and ear protection, and gloves. C.1.6.1 Personal Protective Equipment (PPE). All Contractor personnel shall wear the appropriate PPE when in the following work areas: range areas where entrance is controlled by the Range Operations Team, industrial buildings, at construction sites, test sites and test facilities. Other areas may be reviewed to determine if hazards are present which necessitate the use of PPE. Proper PPE includes, but not limited to, hard hats, hearing protection, eye protection, feet protection, and gloves. C.1.6.2 Tools. The contractor shall provide all tools, implements, and test equipment necessary to properly and efficiently maintain the covered equipment for the life of the contract. Exceptions: a. ATC will provide, upon request, all rigging (e.g., cranes, tow motors/forklifts, operators, and rigging equipment). b. ATC will provide, upon request, man-lifts and scaffolds. C.2 APPLICABLE DOCUMENTS The SUPERBOX systems are to be tested in accordance with the following: Performance Work Statement (PWS, Section C.3.), manufacturer's recommendations and specifications for systems and components, and shall comply with known standards such as the National Electric Code (NEC) and applicable OSHA and National Fire Protection Association (NFPA) standards. Examples of applicable NEC Articles would be: Article 409 "Industrial Control Panels", and Article 430 "Motor, Motor Circuits, and Controllers". The NEC can be obtained from numerous sources including the (NFPA) web site: Its URL is : http://www.nfpa.org/codes-and-standards/document-information-pages?mode=code&code=70 C.3 REQUIREMENTS / PERFORMANCE WORK STATEMENT (PWS): The Contractor shall furnish all labor, parts and materials for Inspection, Preventative Maintenance, Repair and Modification (IPMR&M) ‐ heretofore referred to as "maintenance" ‐ for ATC's Superbox in accordance with the instructions listed in this section. C.3.1 Salient Hardware at the Superbox: Electrical Enclosure: Power Distribution & Motor Control Center (480 V, 3 phase, with 1200 amp main breaker; Main Switch Board; Switchgear; H-O-A motor starters). Four (4) reduced Voltage Starters (aka "Soft-Starters"). Field devices (sensors & transmitters). Mechanical Enclosure: Plant Air (Air Compressor, Instrument Air Distribution). Field devices (sensors & transmitters). Containment Vessel: Equipment Access Door and Inflatable Door Seal. Staging Pad. Field devices (sensors & transmitters). Flight Tunnel: High Speed Door (currently non-operational). Low Speed Door. Field devices (sensors & transmitters). Supply Air Ductwork: Two 50 HP electric motors, 3 phase, 460 volts. Dampers (Scotch Yoke and rack-and-pinion types). Damper Actuators. Field devices (sensors & transmitters). Exhaust Air Ductwork: Dust Filtration System. HEPA Filter assemblies. Two 100 HP electric motors; 3 phase, 460 volts. Dampers (Scotch Yoke and rack-and-pinion types). Damper Actuators & Positioners. Field devices (sensors & transmitters). Other ductwork: (Return Air Header, Bleed Bypass, Dilution Air Supply): Dampers (Scotch Yoke and rack-and-pinion types). Damper Actuators & Positioners. Field devices (sensors & transmitters). Distributed Control System: Allen-Bradley based; three cabinets with ancillary equipment; Ethernet and AB data highways; ~ 200 channels of IO (Analog and Discrete). Field Devices: Analog Elements and Transmitters include: Flow, Temperature, Dew Point, Aerosols. Management Station (computer) in the Instrumentation Enclosure. C.3.2 Plan of Action: The Contractor shall create a Plan of Action prior to conducting specific maintenance on the SUPERBOX components and subsystems, and present it to the COR for review and approval (CDRL A001, exhibit 3). Such maintenance shall be conducted by the Contractor in accordance with the equipment manufacturer's recommendations and industry practices, and shall be conducted quarterly. Upon reaching a consensus the Contractor will proceed with the agreed‐upon Plan of Action. The Plan of Action shall include functional test and general inspection of all systems and subsystems identified in the Salient Hardware, PWS Section C.3.1, above. Also incorporated into the Plan of Action shall be common industry‐accepted tasks (such as quarterly lubrication of the electric motors.) C.3.3 Services: The Contractor shall provide - or arrange via Subcontractor - such services as: A. Vibration Analysis and Correction. B. Predictive and Preventive Maintenance. C. Motor reconditioning and rewiring. D. Electrical Testing to include: 1. Megger and "Hipot" Insulation tests. 2. Electrical Center Testing. 3. Rewinding / Reconditioning. 4. Power quality analysis. 5. Switchgear. E. Laser Alignment. F. Mechanical Repairs to include: 1. On-site and off-site machining. 2. On-site dynamic balancing. G. Control Service. H. Thermal Imaging for detecting temperature differences on motors, controls, or process equipment. I. Installation Services. J. New Equipment and Parts to include: 1. AC/DC Motors. 2. Industrial Controls and Starters (e.g., Soft-Starters, VFD's). 3. Wire and Cable. 4. Drives. C.3.4 Restoration of system function: Contractor shall place the system(s) back into working order upon completion of all tests, maintenance, and repairs. If the system requires service above the capabilities of personnel performing tests, the Contractor shall notify the COR and expedite repair services to place the system back in working order so that downtime will be kept to a minimum. C.3.5 Repair work: Any deficiency discovered as a result of inspection or operation that is not correctable through normal maintenance shall be considered REPAIR WORK. The Contractor shall promptly notify the COR of any deficiency or safety hazard not correctable through maintenance. The Contractor, COR, and Facility Manager shall mutually agree upon the responsible party for, and means of, implementing the repairs. Considerations will be made for the urgency of the repair, the magnitude of the repair, the Contractor's or government's ability to implement the repair, the remaining budget, and change‐order options. C.3.6 Post maintenance briefing: Upon completion of maintenance, the Contractor shall notify the COR that all maintenance at the test site is complete and the system is operational and in service/online. The Contractor shall also provide to the COR all maintenance results, suggested preventive maintenance, routine repairs, and associated actions, and shall provide appropriate documentation. C.3.7 Routine repairs (or modifications) may be requested by the COR at any time. Response time for initiation of routine repairs will be within forty eight (48) hours of notification. The Contractor shall furnish the COR a telephone number designated specifically for the initiation of all repair procedures. C.3.13 Emergency repairs will be at the request of the COR or the Facility Manager. Response time for initiation of the emergency repairs shall be within four (4) hours of notification. The Contractor shall furnish the COR a telephone number designated specifically for the initiation of emergency repair procedures. C.3.8 Replacement Parts/Materials: The contractor shall obtain all material, supplies, parts, and components for maintenance services, after obtaining the approval of the COR. All replacement parts, materials, and components shall be Original Equipment Manufacturer (OEM) parts for the unit for which they will be used. Any substitute parts must be approved by the COR prior to use. C.3.9 Documentation: The Contractor shall provide copies of all maintenance records to the COR. The Contractor shall administer all maintenance records, with a copy stored at the test site where maintenance was conducted. All records shall be updated immediately upon completion of service. The COR shall be provided an additional copy of all records as services are performed. The Contractor shall submit a written service report covering the work accomplished. The Contractor shall notify the COR of any corrective actions required that are not covered by this contract. C.3.10.1 Inspection and Maintenance Results Report: The Contractor shall provide an Inspection and Maintenance Results Report (CDRL A002, exhibit 3) immediately following inspection and maintenance of the system. The format of the report shall be approved by the COR. C.3.10.2 Written Service Report : The Contractor shall provide a Written Service Report (CDRL A003, exhibit 3) upon completion of remedial services and repairs. The Report shall consist of a description of the work performed, and a detail of the deficiencies, remediation actions taken, work labor hours and materials used. This may be hand written on a company form. The format of the report shall be approved by the COR. The form must be signed by the COR. Copy of the record shall be provided to the COR. SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS Exhibit 1 - Drawing of Superbox (Plan View/Simplified). Exhibit 3 - Contract Data Requirements List (CDRL)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a88394960c2d1daf29a8e03276b70473)
- Place of Performance
- Address: Aberdeen Proving Ground, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Zip Code: 21005
- Record
- SN03960300-W 20151205/151203234704-a88394960c2d1daf29a8e03276b70473 (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 |