SOLICITATION NOTICE
H -- Maintenance Environmental Chambers
- Notice Date
- 12/31/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB08, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
- ZIP Code
- 07703-5008
- Solicitation Number
- W912CF-04-T-0002
- Response Due
- 1/16/2004
- Archive Date
- 3/16/2004
- Point of Contact
- Robert D. Roche, 732-427-1404
- E-Mail Address
-
Email your questions to US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB08
(robert.roche@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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. STATEMENT OF WORK MAINTENANCE OF ENVIRONMENTAL CHAMBERS IN BLDG 2704 1.0 SCOPE The contractor shall perform scheduled and unscheduled maintenance on six environmental test chambers, belonging to System Prototyping Division (SPD), Integrated Battle Command Directorate, and located in Building 2704, Fort Monmouth, NJ. 2.0 APPLICABLE RESOURCES Required documentation includes a certificate issued by the Environmental Protection Agency (EPA), granting permission to the contractor to handle and dispose of Ozone Depleting Materials, namely, CFC refrigerants. The government reserves the right to pro vide refrigerant or other Government Furnished Equipment (GFE) materials needed for maintenance or repair, if it so chooses. 3.0 REQUIREMENTS 3.1 SUBTASK 1: The contractor shall perform 2 scheduled bi-annual maintenance services on the following environmental chambers: 1.) Tenney Drive-in Temperature/Humidity Chamber 2.) Vista Temperature/Humidity Chamber, SWI-TH-294, 15 X 15 3.) Thermotron Chamber, Model F-26-CHMV-30-03, SN 22823 4.) Envirotronics Chamber, Model ET 64-27.5, SN 0285222 5.) Tenney Temperature/Humidity Glycol System, T30SPL, SN 10888 6.) Webber Temperature/Altitude Chamber, Model WF-27-100+250, SN 8-68-8.9 The preventative maintenance (PM) services shall include: a. Inspection of cascade or single stage refrigeration systems, which shall include the following specific checks: refrigerant levels, compressor oil levels, pressure switch settings (where applicable), system leak checks, compressor oil pressure (where ap plicable), compressor discharge temperature and operations check. b. Electrical inspection, to include the following specific checks: check and record line voltage, inspect connections, and tighten, if necessary, check contactors and relays, check current draw of all major components such as fan motors, heaters and compr essors. c. Humidity system inspection, to include the following specific checks: check float adjustment and adjust as necessary, clean humidity generator, check heater resistance, flush all water lines, check operation of recirculator system. d. Overall operational check, to include system performance in the temperature mode and the temperature/humidity mode, if applicable. e. The contractor shall call in advance to schedule all preventative maintenance services. f. Note: Calibration services are NOT included in this contract. 3.2 SUBTASK 2: The unscheduled maintenance services shall include: unscheduled service for any repairs required during, between or after PM visits. It consists of labor hours for service other than PM. In the event of an equipment breakdown, the contractor shall respond via telephone within 24 hours from initial notification to schedule a service call. In addition, the contractor shall make a ??????good faith effort?????? to arrive on-site within 72 hours. 3.3 SUBTASK 3: The contractor shall provide any parts or materials required to perform all scheduled and unscheduled maintenance. The government shall obtain all Original Equipment Manufacturer (OEM) parts, which the contractor cannot directly obtain. 4.0 DELIVERABLES: The contractor shall provide a written estimate, including labor and material costs, for each unscheduled maintenance service, prior to performing such service. The contractor shall provide a written report of scheduled or unscheduled ma intenance services performed, to be submitted within 72 hours after completion of the services. The report, in contractor format, shall include: parts/materials used, equipment settings (before and after servicing), refrigerant levels, compres sor oil levels, quantities of refrigerant and oil added to the system, pressure and temperature readings measured, a description of any repairs made, and other pertinent data. 5.0 SCHEDULE: The period of performance shall be one year after contract award. The first PM service shall be scheduled as soon after contract award as is practical, and the second PM service shall be scheduled between six months and eight months after t he first PM service is completed. 6.0 TRAVEL: No travel by government personnel is anticipated. In the event that government travel is required, the government shall be responsible for all such travel costs. The contractor shall be responsible for all contractor travel expenses required in the performance of this contract. POC: Robert Roche at (732)427-1404. Replys by e-mail to robert.roche@ mail1.monmouth.army.mil
- Place of Performance
- Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB08 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
- Zip Code: 07703-5008
- Country: US
- Zip Code: 07703-5008
- Record
- SN00497383-W 20040102/031231211827 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |