Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 18, 2002 FBO #0047
SOLICITATION NOTICE

J -- Emergency Generators Maintenance Service and Repair, Building 2268, Naval Hospital, Pensacola, FL

Notice Date
1/16/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, South, ROICC Pensacola, 520 Turner Street Building 746, Pensacola, FL, 32508
 
ZIP Code
32508
 
Solicitation Number
N62467-02-Q-3128
 
Response Due
2/15/2002
 
Archive Date
3/2/2002
 
Point of Contact
Thomas Parenteau, Contracting Officer, Phone 850-452-4616 x-152, Fax 850-452-4505, - Martina Dancy, Contracting Officer, Phone 850-452-4616 x-131, Fax 850-452-4505,
 
E-Mail Address
parenteauta@efdsouth.navfac.navy.mil, dancymp@efdsouth.navfac.navy.mil
 
Description
1. GENERAL DESCRIPTION a. Contractor shall provide all labor, material and equipment required to provide maintenance service and repair for two (2) Caterpillar D398 emergency generators at the Naval Hospital, Pensacola, Florida. Maintenance and repair will be provided to include the following four levels: A LEVEL-MAINTENANCE: The following items will be accomplished on a monthly basis. Check battery electrolyte levels and battery strength. Inspect engine exterior for signs of leaks. Inspect engine and generator for exterior cleanliness and foreign object damage. Inspect engine and generator for loose, missing or damaged components, belts, etc. Drain water and sediment from fuel system. Inspect engine mounting and external connections for tightness. Inspect for any object in operating area, which might hinder operation. Check coolant and oil levels. Check all external connections on generator for tightness. Check for proper operation of jacket water heaters. Check fuel filter elements for fungus growth. Test run engine and generator for approximately 30 minutes. Checking crank-up and shutdown systems. Check for radiator for proper operation and leaks. Inspect generator slip rings and brushes for wear and contact. Provide Contracting Officer with written list of those items accomplished. B LEVEL-MAINTENANCE: Provide that in the initial month and at six month intervals the following items be accomplished. Institute an oil-sampling program (SOS). Oil sample will be taken just before every oil change. Clean air filter elements as required. Change fue1 filter elements. Clean engine oil breather. Lubricate radiator fan. Lubricate generator bearings. Lubricate shutoff and reset controls. Lubricate tachometer drive. Operate entire system and check all modes of operation. Provide the Contracting Officer with a written list of those items accomplished. C LEVEL-MAINTENANCE: Provide that in the initial month and thereafter annually the following items be accomplished: Change engine oil and filters. Check for valve adjustment. Check for valve rotation. Check coolant in radiator to insure proper freeze protection is maintained. Provide Contracting Officer with written list of those items accomplished. D LEVEL-REPAIR: When the need for unscheduled maintenance, repair, or alteration of equipment is discovered which exceeds $2,500.00, the contractor shall submit a price proposal for the required work to the Contracting Officer for approval prior to commencement of the work. The Contracting Officer will modify the contract accordingly. For repairs of $2,500.00 or less, the contractor is to contact the Naval Hospital Facilities Management Department for approval and payment. The contractor is responsible for all labor and materials for the A, B, and C Level Maintenance work. All work must meet State, Federal and local Construction laws and applicable regulations. b. This contract is for a base period and four (4) option years. The total contract duration shall not exceed sixty (60) months. However, the Government reserves the right to award for the base period a number of months less than the (12) twelve months stated at the unit prices bid. The Government has the option to extend the term of the contract in accordance with the option clause in Section I, by issuing the modification to the Contractor prior to expiration of the contract. c. The Contractor's representative shall meet with the Government's representative bi-weekly during the first four weeks of the contract. Thereafter, meetings will be as often as necessary at the discretion of the Contracting Officer. A mutual effort will be made to resolve all problems identified. The written minutes of these meetings, prepared by the Government, shall be forwarded to the Contractor's representative for concurrence. Should the Contractor not concur with the minutes, the Contractor shall state, in writing, to the Contracting Officer any areas of disagreement within 5 days. 2. COMMENCEMENT, PERFORMANCE AND COMPLETION OF WORK a. The Contractor shall schedule his work as to cause the least amount of interference with Station operations. Within 15 days after award, the contractor shall submit a general schedule of planned performance of work for the contract period to the Contracting Officer for approval. Permission to interrupt any Station utility, communication, operational, or traffic service or pattern shall be requested in writing at least 10 working days prior to the desired date of interruption. The Contractor shall receive approval in writing from the Contracting Officer before the requested interruption may be put into effect. b. This contract is subject to the Service Contract Act. Wage Determination No: 94-2121 REV (18) applies to all on site work performed under this order and is provided with this solicitation. During option periods the Government will adjust the prices, as required, based only on new Department of Labor Wage Rate Determinations. 3. SAFETY REOUIREMENTS In performing, the Contractor shall provide for protecting the lives and health of employees and other persons and equipment in accordance with the latest revision of the Occupational Safety and Health Standards (29 CFR 1910-OSHA), EPA Hazardous Waste Regulations (40 CFR), Department of Transportation (DOT) Regulations (49 CFR), State of Florida, and local regulations. The contractor shall comply with the requirements of U S Army Corps of Engineers Safety and Health Requirements Manual, EM-385-1-1. 4. INVOICING INFORMATION Payment shall be made by use of the Government Commercial Purchase Card. The contractor shall submit invoices monthly to the Contracting Officer when work has been completed. The Contracting Officer will provide the credit card number to the contractor for processing of payment. 5. CONTRACTOR REPSONSIBILITIES There is a greater emphasis on complying with the Resource Conservation and Recovery Act (RCRA). The contractor must comply with all applicable parts of the law, including RCRA's requirements for training and associated documentation regarding hazardous waste management. (State of Florida is now assessing penalties of up to $25.000 per each RCRA violation) Contractors are to pay any RCRA tines for which they are responsible. Contractors are required to train all of their personnel in accordance with 40 CFR Part 264.16: i.e. personnel must successfully complete a hazardous waste training program of classroom instruction or on-the-job training that teaches them to perform their duties in a way that ensures compliance with RCRA. The language of the law is intentionally broad to allow contractors to tailor the hazardous waste training to the specific needs of their employees. 40 CFR Part 264.16 also requires contractors to formally document this training. Contractors are cautioned that a lack of formal documentation is, in itself, a violation of RCRA and therefore the subject of fines up to $25,000 per violation. Contractors are required to have current training documentation readily available on job site. Formally submit a certification attesting to contractor compliance with the requirements of 40 CFR Part 264.16 and confirm location of Contractor training records to Contracting Office. The contractor is required to provide a copy of their Certified Training Records of all employees associated with this project. The Government must maintain RCRA documentation for a period of 3 years following completion of contract. Anticipate posting full solicitation on 01/23/2002.
 
Place of Performance
Address: Building 2268, Naval Hospital, Pensacola, FL
Zip Code: 32506
Country: USA
 
Record
SN20020118/00015399-020117090748 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.