SOURCES SOUGHT
J -- Generator Repair
- Notice Date
- 3/20/2018
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
- ZIP Code
- 43218
- Solicitation Number
- HQ042317R0030
- Archive Date
- 4/18/2018
- Point of Contact
- Sharon Brenner, Phone: 6147014154
- E-Mail Address
-
sharon.e.brenner.civ@mail.mil
(sharon.e.brenner.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- HQ0423-18-R-0030 Request for Information DFAS Generator Repair and Mainteannce Defense Finance and Accounting Service (DFAS) is issuing a Sources Sought Announcement for our Bratenahl, Ohio location to repair and provide continual preventative maintenance service on an emergency power system consisting of 2 Cummins Diesel (water cooled)/generators, Westinghouse switching gear, radiators, and a 20,000 gallon fuel system. The age of the generators and equipment dates back to 1973. DFAS is conducting market research in compliance with Federal Acquisition Regulations, Part 10. Market research is being conducted to determine interest and capability of potential sources for this requirement under NAICS code 238210. This notice is for planning purposes only and does not obligate the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this Sources Sought notice will be utilized as market research for consideration in development of the Acquisition Strategy for this requirement. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. REQUIREMENT DESCRIPTION: 1.0 BACKGROUND To obtain repair and continuous maintenance services for an emergency power supply system consisting of Cummins and Westinghouse equipment located at Bratenahl, OH. DFAS-I&T Infrastructure and Production Support requires repair services of two (2) external, stand-alone, backup diesel engine generators and all supporting items to include radiators and switching gear. This requirement fulfills our current operational commitment of hosting critical systems which are a major portion of integral infrastructure supporting operations across the entire agency. The current generators (located inside the building), have become inoperative and can no longer provide critical power needed during a commercial grid outage. Repair, configuration, and testing are mandatory for the emergency power system to be operational. The power is generated with Cummins diesel engines and generators, and transferred to the building's electrical system through Westinghouse switching gear 2.0 SCOPE There are two current building generators that have become inoperative and can no longer provide critical power needed during a commercial grid outage. Repair services are requested to cover all repairs necessary for the continuous power supply system to reach full operational capability. Generator Specifications: We are looking for a contractor that can repair and maintain the generators. Generators 3 and 4 Model # 680FDR7038HH W 685 KW 856 KVA PF 0.8 Ph 3 RPM 1800 Hz 60 Duty Standby F Class Insulation Field Amp Max 5.0 Field Voltage Max 180 Frame 680-1 Voltage Regulator Model # KR7FFM Part # 3026864 Engines 3 and 4 Model # KT-2300-GS Conf. #D232009GX02 S.O. #59438 HP 915 Idle Speed 575-650 RPM #3 Generator Serial #MC=93304-3/19-7 #3 Engine Serial #31127545 Manufacture Date 10/82 #4 Generator Serial #MH-50004-6/25 #4 Engine Serial #31127503 Manufacture Date 9/82 The generator breakers are identical. Westinghouse Type DS-416 1600 Amp Frame 1200 Volt Sensors Shunt Trip 24 VDC Close Circuit 120 VAC OTS Reset Manual Connection Figure #14A 4C 6A The Main Breaker and Tie Breaker are identical. Westinghouse Type DS-420 2000 Amp Frame 2000 Amp Sensors Shunt Trip 120 VAC Close Circuit 120 VAC OTS Reset Manual The UPS is Eaton Corporation System 9390-160 Model 160 AC Input 480 VAC 3W 60 Hz 3Ph 210A AC Output 480 VAC 4W 60 Hz 3Ph 193A 144Kw 160Kva Bypass Output 480VAC 4W 60Hz 3 Ph 193A 160Kva DC 432-480 VDC 403A 3.0 OBJECTIVES The Emergency Power System (EPS) consists of two installed diesel generators and the supporting infrastructure, such as an underground fuel tank, a complex switching mechanism and rooftop radiators. Each engine is able to provide 685 KW of power to the generators. The EPS, as installed, should provide backup power for the DFAS classified and mission critical operations in direct support of national security. At the present load of 60Kva 59 Kw the batteries have a life of 22 to 23 minutes. It is our understanding there is a problem with the Westinghouse Tie Breaker that needs to be addressed. The Westinghouse breaker that was used in the 1973 switchgear is on site and has been used in the place of bad breaker. Objective 1 : That both Cummins engines (G3 & G4) are repaired to full operational capability. Cummins conducted an assessment on February 27, 2018. As a result of the assessment, Cummins determined that: •§ G3: •· Redco controls---G3 has a failed synchronizer. This means that if G3 starts first and closes the breaker below, G4 will synchronize and close its breaker and theyshould parallel to support the site. However, if G4 closes its breaker first, then G3 will not synchronize, and they will not parallel to support the site. There will then be NO generator power provided to the building at all. •· Exhaust manifold replacement due to coolant leakage- this is currently obsolete and no longer exists in the system. This will fail completely at some point, causing a major coolant leak and unit failure. •· Fuel pump rebuilt •· Engine tune-up •· Fuel O-ring replacement •§ G4: Needs the following: (again, even if this one generator were repaired and working, it could not back up your site with the current configuration of the rest of the system-paralleled to G3) •· Engine tune-up •· Fuel O-ring replacement •· The Westinghouse equipment's breakers for G3 and G4 have charging motors that need to be replaced-we do not perform this work. •§ The tie breaker and building breaker have not been tested (cannot test in current state) and may be faulty. If they are faulty, this would be work a certified electrician would perform. Objective 2: That the Westinghouse switching gear is repaired to full operational capability and can effectively transfer the electrical load from commercial power to the EPS. Maintenance: •o On-site repair service: Includes spare parts, labor and travel for verified hardware failures. Service will be provided between 8 a.m. and 5 p.m. local time, Monday through Friday (excluding holidays). •o Preventative Maintenance/Cleaning Events: There will be 12 cleaning events per option year, or adjusted per recommendation of the repair company. •o Telephone and Online Technical Assistance: In the event of hardware failure, technical assistance will be available via telephone or online with a technical expert. •o Response Time 48 hours): This option ensures that on-site service will be performed within (16)-business hours following a verified hardware failure. •o All Maintenance must be performed onsite at DCMA-Bratenahl facility located at: 555 Access road, Bratenahl, OH 44108 (6) Operating constraints: •a. The Cummins and Westinghouse equipment are proprietary •b. Security: Access to the facility is provided via intercom at the security gate. Security will provide access via verbal request and signing a log upon building entry. •c. The generators are located on the ground level of the building. RESPONSE DUE DATE : All responses must be received by Noon (EST), Monday April 3, 2017. Preferred delivery method for submission is via email: sharon.e.brenner.civ@mail.mil INSTRUCTIONS FOR RESPONSE SUBMISSION: DFAS is seeking responses from all responsible sources. Interested respondents should submit a brief capabilities statement package clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. At a minimum, the package shall address the following: •1. Firm name, address, e-mail, telephone and fax numbers •2. Small business certification - 8(a), HubZone, Service Disabled Veteran or Women-owned, etc. •3. Applicable contract vehicles (i.e. DOC, GSA, NASA SEWP) available for Government-wide use. •4. Past Experience - describe your experience demonstrating a minimum of three (3) years experience providing a similar service as listed in the requirements section for the Federal Government. Statements should describe the dollar value, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience and how the referenced experience relates to the services described herein. •5. Estimated pricing for the scope presented (not a quote). •6. Your firms Data Universal Numbering System (DUNS) •7. Your Firms Commercial and Government Entity (CAGE) •8. System for Award Management (SAM) registered NAICS Codes. •9. Include any other relevant information that is not listed above, which the Government should consider in developing its minimum specifications and finalizing its market research. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. Vendors are encouraged to provide estimated costs or pricing information for the services, which they can provide, within their response. ADDITIONAL DISCLOSURES: This notice is for information purposes only and is not a request to be placed on a solicitation mailing list, nor is it a Request for Proposal (RFP) or an announcement of a solicitation. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. QUESTIONS AND INQUIRIES: All questions and inquiries concerning any aspect of this announcement must be submitted in writing to sharon.e.brenner.civ@mail.mil for clarification sufficiently in advance of the response deadline. Telephone requests will not be honored. The Government's response to inquiries will be made in writing.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ042317R0030/listing.html)
- Place of Performance
- Address: 1240 E 9th Street, Cleveland, Ohio, 44199, United States
- Zip Code: 44199
- Zip Code: 44199
- Record
- SN04861667-W 20180322/180320232108-c242e346137cf8be0540e95271d25dfc (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 |