Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2006 FBO #1585
SOLICITATION NOTICE

J -- ANNUAL PREVENTATIVE MAINTENANCE FOR NWS GENERATORS

Notice Date
3/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NWWR9956600008CMM
 
Response Due
4/11/2006
 
Archive Date
4/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/request for quote for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), to provide Annual Preventive Maintenance on the generators located at various NWS facilities in Kentucky. This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This notice is hereby issued as RFQ No. NWWR9956600008CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb. 2006) (Sections 5, 14, 16, 17, 18, 19, 20, 26, 31, (c) (1) (2) (3) Wage Grade Equivalent is WG-10; ), 52.217-8 Option to Extend Services (Nov. 1999) {The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 calendar days prior to the end of the current performance period.}, 52.217-9 Option to Extend the Term of the Contract (Mar. 2000) {(a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days prior to the end of the current performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires; (b) If the Government exercises this option, the extended contract shall be considered to include this option clause; (c) The total duration of this contract, including the exercise of any options under this clause shall not exceed 66 months;}, 52.228-5 Insurance ? Work on a government Installation (Jan. 1997). FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), NWS will designate a POC at the time of award, 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of the base year of this contract will be from date of award through April 30, 2007; Option I will be May 1, 2007 through April 30, 2008; and Option II will be May 1, 2008 through April 30, 2009; Option III will be May 1, 2009 through April 1, 2010; Option IV will be May 1, 2010 through April 30, 2011;}, 1352.228-70 Insurance Coverage (Mar. 2000), 1352.228-72 Deductibles Under Required Insurance Coverage (Mar. 2000), 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following factors shall be used to evaluate quotes: Technical capability; Ability to obtain Insurance; Past Performance; and Price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the requirements of this request. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the quotes in relation to the other factors on which selection is to be based. The Government reserves the right to award to the firm providing other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government}, 1352.215-73 Inquiries (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. A copy of Attachments A, B and C can be obtained via email request to carey.m.marlow@noaa.gov. All interested parties who plan to submit a quote must obtain the copies of the attachments and acknowledge their receipt in their technical proposal. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Tuesday, April 11, 2006. Quotes may be faxed to 816-274-6923, Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request: 1. Technical Proposal. Written documentation that demonstrates the firm?s knowledge of and experience in having accomplished the services described herein, including any commercial warranty that will be provided on work completed. 2. Proof of Insurance in the amounts specified herein. 3. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 4. A completed price schedule for all line items identified in this notice. 5. FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 6. Certification of registration in CCR. This is a firm fixed price request for quote. DESCRIPTION: The work to be accomplished consists of providing annual preventative maintenance service for the emergency generators listed herein and associated equipment and should include labor and materials for preventative maintenance service. All work shall be performed during normal business hours and the Contractor shall notify the local NWS Staff prior to beginning this work. Location: The site of the work shall consist of 13 separate sites located in Kentucky: Jackson (2), London/State Police Post, Monticello/Spain Ridge, Manchester/Hector Mountain, McKee/McKee Ridge, Mt. Vernon/Doan Ridge, Pineville/Pine Mountain State Park, Paintsville/Spring Knob, Phelps/Dick?s Knob, Williamsburg/Shelly, West Liberty/Old KY 172, Stanton/Rotten Point. A complete listing of locations can be found in (Attachment A). Items of Work: The work is to be performed only on the John Deer 80 KW; Onan 7KW, and the 11.5KW generators described on the attached Equipment Inventory List. The Contractor shall: 1. Provide all labor, tools, test instruments, etc. required to perform preventative maintenance. In addition, all materials listed to be replaced including, but not limited to, filters (oil, fuel, and air), oil water separator elements, antifreeze, distilled water, spark plugs, points, belts, hoses, etc. shall be furnished by the contractor. 2. Report all discrepancies, which are not within the scope of this agreement, along with estimated repair cost to the Meteorologist-in-Charge (MIC). Take no further action to correct the discrepancies until directed to proceed by the MIC. Repair discrepancies found during inspection Over and Above Inspection requirements {for purposes of this Statement of Work, the term ?over and above? shall mean: ?Item discrepancies discovered during routine scheduled maintenance or during unscheduled maintenance which are not a part of a continuous maintenance program?}. Repair or replacement of components considered ?over and above? the scope of this agreement that will result in additional cost, shall not be accomplished until contracted separately by the MIC. 3. Replace, test, and inspect as required herein to ascertain the general condition of the equipment and report results to the MIC. 4. Protect adjacent structures, equipment, vehicles, and vegetation. 5. Ensure work site is properly cleaned up when work is complete or on a daily basis. Upon completion of the maintenance described herein, the contractor shall complete the service report check list (Attachment B) and document the service performed in the log book (Attachment C). A separate checklist and log book entry shall be completed for each generator unit. All work shall be performed in compliance with all Federal, state, and local laws. In addition, work will need equipment manufacturers and generally accepted industry standards of good workmanship. All waste materials shall be disposed of by the Contractor in compliance with Federal and local laws and regulations. OVER AND ABOVE DISCREPANCIES If any additional discrepancies outside of normal repair criteria are discovered during performance of the work, the selected discrepancies, will be provided in a written report to include any parts required, labor required, and cost estimate for the additional work. This work will be considered as ?over-and-above? costs. The selected contractor will not proceed with the additional work until approval for the additional work is received from the Government Point of Contact. The selected contractor shall accomplish all the work in accordance with the manufacturer?s repair/overhaul manuals. Labor, Parts, Discounts, and Warranties The selected contractor shall provide all replacement parts, materials, and consumables. However, the Government reserves the right to provide the same, at anytime during the contract, if advantageous. Any part or component that has not reached its recommended service life but fails inspection and needs to be replaced will be treated as an ?over-and-above.? Since the Government cannot determine which parts or components, if any, meet these criteria, bidding maintenance contractors shall provide, in writing, the labor rate they will charge the Government, per hour for ?over-and-above? discrepancies. Secondly, bidding contractors are asked to provide what percent discount off list price for replacement parts will be given. Insurance against Loss or Damage to Government Property The selected contractor shall, at its own expense, provide and maintain during the performance of this work a minimum of $100,000.00 of insurance. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government?s interest shall not be effective: a) For such a period as the laws of the State in which this work is to be performed prescribe; or b) Until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer, whichever period is longer. Tasks ? Services to be provided by the contractor for each unit as follows: 1. General a. Change/clean crankcase breather. b. Inspect air cleaner (replace as necessary) c. Drain condensate trap. d. Inspect air intake system. e. Inspect engine starting system. f. Inspect spark plugs/wires/distributor. g. Clean battery terminals as needed. h. Check electrolyte level (refill as needed) i. Check battery charger for proper charging rate. j. Change batteries (every three years). NOTE: All sites with the exception of the Jackson WFO (Attachment C ? Location B) need to have batteries replaced in 2007 and again in 2010. The Jackson WFO needs to have battery replaced in 2006 and again in 2009. Contractor will be responsible for supplying batteries, and when preparing quote should allow for 2 battery change outs per generator. Replacement batteries shall be in conformance with the manufacturer?s specifications. In this case batteries shall be 12v with minimum cold cranking amps of 525a. 2. Lubricating System a. Change oil and filter. b. Inspect lube oil heater. c. Change hydraulic governor oil. d. Check for oil leaks. 3. Coolant System a. Record antifreeze protection level. b. Record DCA level. c. Check coolant level (refill as needed). d. Inspect clamps and hoses. e. Verify operation of engine block heater. f. Check for exterior leaks. g. Verify operation of remote radiator motor. h. Grease all lubrication points. i. Change DCA coolant filter. j. Drain and flush system ? refill per manufacturers recommendation (every three years). 4. Fuel System a. Inspect fuel lines and hoses. b. Inspect day tank and flat assembly. c. Check governor and linkage. d. Check level of fuel in supply tanks. e. Drain water from filter/tanks. f. Change fuel filter(s). g. Adjust injectors and valves as necessary. 5. Run engine and: a. Record oil pressure b. Record oil temperature. c. Record voltage d. Record water temperature. e. Record amperes. f. Record hours. g. Test safety shutdown circuits/alarms. h. Check rain cap operation. i. Check for vibration or noise. j. Inspect operation of intake louvers. 6. Generator a. Inspect/lubricate end bell bearing. b. Inspect brushes, brush holders, and commutator. c. Inspect cooling screen and alternator. d. Verify connections and insulation condition. e. Verify operation of shunt trip. f. Operate circuit breaker manually. g. Clean vent screens. h. Tighten all panels, covers, and electrical connections. i. Check sub-base isolators and tighten lock-nuts. 7. Load Bank Testing: Perform resistive load bank test with no interruption of normal power supply (record results in comments section of Attachment B). 8. With engine running and load on generator: a. Record voltage. b. Record amperes. c. Record RPM?s d. Calibrate control meters as needed. e. Verify operation of lamps on panel. The Items listed above are part of an Annual Emergency Generator Inspection and Service Report, which will be provided to the successful firm at the time of award. It includes places to record data that is not included in the tasks above. (i.e. Coolant System - Record anti freeze protection level, Record DCA level, Run Engine - Record oil pressure, Record oil temp, Record voltage, Record water temperature, Record amperes, Record hours, With engine running and load on generator - Record voltage, Record amperes, Record RPM?s . BID FORMAT: Provide itemized pricing as follows: Line Item #1- Base Year Job consists of preventative maintenance at 13 locations in Kentucky (Task Items 1- 8 as stated herein.) $_________________ Line Item #2 ? Option I Job consists of preventative maintenance at 13 locations in Kentucky (Task Items 1- 8 as stated herein.) $_________________ Line Item #3 ? Option II Job consists of preventative maintenance at 13 locations in Kentucky (Task Items 1- 8 as stated herein.) $ ________________ Line Item #4 ? Option III Job consists of preventative maintenance at 13 locations in Kentucky (Task Items 1- 8 as stated herein.) $_________________ Line Item #5 ? Option IV Job consists of preventative maintenance at 13 locations in Kentucky (Task Items 1- 8 as stated herein.) $_________________ GRAND TOTAL (Line 1 through 5) $_________________ Labor Rate - per hour for ?over-and-above? discrepancies (Base) $_________________ Labor Rate ? Per hour for ?over-and-above? discrepancies (Option I) $_________________ Labor Rate ? Per hour for ?over-and-above? discrepancies (Option II) $_________________ Labor Rate ? Per hour for ?over-and-above? discrepancies (Option III) $_________________ Labor Rate ? Per hour for ?over-and-above? discrepancies (Option IV) $_________________ Percent of Discount for replacement parts _________________ END OF NOTICE ATTACHMENT A ? Complete listing of locations Generator Type KW Site Name Location 1. John Deere 80 RDA Jackson Jackson, KY 2. CAT 175 WFO JKL Jackson, KY 3. Onan 7 London State Police Post 4. Onan 11.5 Monticello Spain Ridge, KY 5. Onan 11.5 Manchester Hector Mountain, KY 6. Onan 11.5 McKee McKee Ridge, KY 7. Onan 11.5 Mt. Vernon Doan Ridge, KY 8. Onan 11.5 Pineville Pine Mtn. State Park 9. Onan 11.5 Paintsville Spring Knob, KY 10. Onan 11.5 Phelps Dick?s Knob, KY 11. Onan 11.5 Williamsburg Shelly, KY 12. Onan 11.5 West Liberty Old KY 172 13. Onan 11.5 Stanton Rotten Point, KY Attachment B ? Service Report Checklist Services to be provided are as follows: a. General: i. Change/clean crankcase breather ii. Inspect air cleaner (replace as necessary) iii. Drain condensate trap iv. Inspect air intake system v. Inspect exhaust system vi. Inspect engine starting system vii. Inspect spark plugs/wires/distributor viii. Clean battery terminals as needed ix. Check electrolyte level (refill as needed) x. Check battery charger for proper charging rate xi. Change batteries (every three years) b. Lubricating System i. Change oil and filter ii. Inspect lube oil heater iii. Change hydraulic governor oil iv. Check for oil leaks c. Coolant system i. Record antifreeze protection level ii. Record DCA level iii. Check coolant level (refill as needed) iv. Inspect clamps and hoses v. Verify operation of engine block heater vi. Check for exterior leaks vii. Verify operation of remote radiator motor viii. Grease all lubrication points ix. Change DCA coolant filter x. Drain and flush system ? refill per manufacturers recommendation (every three years) d. Fuel System i. Inspect fuel lines and hoses ii. Inspect day tank and flat assembly iii. Check governor and linkage iv. Check level of fuel in supply tanks v. Drain water from filter/tanks vi. Change fuel filter(s) vii. Adjust injectors and valves as necessary e. Run engine and: i. Record oil pressure ii. Record oil temp iii. Record voltage iv. Record water temp v. Record amperes vi. Record hours vii. Test safety shutdown circuits/alarms viii. Check rain cap operation ix. Check for vibration or noise x. Inspect operation of intake louvers f. Generator i. Inspect/lubricate end bell bearing ii. Inspect brushes, brush holders, and commutator iii. Inspect cooling screen and alternator iv. Verify connections and insulation condition v. Verify operation of shunt trip vi. Operate circuit breaker manually vii. Clean vent screens viii. Tighten all panels, covers, and electrical connections ix. Check sub-base isolators and tighten lock-nuts. g. Load Bank Testing: Perform resistive load bank test with no interruption of normal power supply (record results in comments section below) h. With engine running and load on generator: i. Record voltage ii. Record amperes iii. Record RPM?s iv. Calibrate control meters as needed v. Verify operation of lamps on panel COMMENTS: __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Performed By: ________________________________ Date: ______________ Title: ____________________________________________________________ Company: ________________________________________________________
 
Place of Performance
Address: NATIONAL WEATHER SERVICE, 1329 AIRPORT ROAD, JACKSON, KY 41339
Zip Code: 41339
Country: USA
 
Record
SN01015929-W 20060330/060328211724 (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.