Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

J -- Inspection and Maintenance of Solar Gas Turbine Generators

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-T-1010
 
Archive Date
10/4/2008
 
Point of Contact
Denise B Wright, Phone: 719-567-3888
 
E-Mail Address
denise.wright@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA2550-08-T-1010 ( Inspection and Maintenance of Solar Gas Turbine Generators for Onizuka Air Station, CA ) Classification Code: J - Maintenance, Repair and Rebuilding of Equipment-Base Civil Engineering Services at Onizuka Air Force Station, CA NAICS Code: 333611 Turbine and Turbine Generator Set Units Manufacturing Contracting Office Address Department of the Air Force, Air Force Space Command, 50CONS, Base Infrastructure Flight, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116, UNITED STATES Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a Request for Proposal (RFP) against solicitation number FA2550-08-T-1010 for Inspection and Maintenance of Solar Gas Turbine Generators for Onizuka Air Station, CA. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-026 effective June 12, 2008. (iv) The North American Industrial Classification System (NAICS) number is 333611 Turbine and Turbine Generator Set Units Manufacturing. The Size Standard for this proposed acquisition is 1000 Employees. This proposed acquisition is set-aside for small business concerns. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): CLIN 0001 Firm Fixed Price (FFP) Provide semi-annual inspection and maintenance (Reference PWS paragraph 3.2): $ __________ per visit x 2 times per year = $ __________ CLIN 0002 Firm Fixed Price (FFP) Provide 24-hour emergency service calls on Solar Gas Turbine Generator Sets, model 1021S-21 (Reference PWS paragraph 3.3): $ __________ per hour CLIN 0003 Firm Fixed Price (FFP) Provide Unscheduled Repair Maintenance Service Calls on Solar Turbine Generator Sets, model 1021S-21 (Reference PWS paragraph 3.4): $ __________ per hour CLIN 0004 Cost Estimate for Reimbursable parts (Reference PWS paragraph 4.1.1 through 4.1.3.2): $ 40,000 per year government estimate Option Year 1: CLIN 1001 Firm Fixed Price (FFP) Provide semi-annual inspection and maintenance (Reference PWS paragraph 3.2): $ __________ per visit x 2 times per year = $ __________ CLIN 1002 Firm Fixed Price (FFP) Provide 24-hour emergency service calls on Solar Gas Turbine Generator Sets, model 1021S-21 (Reference PWS paragraph 3.3): $ __________ per hour CLIN 1003 Firm Fixed Price (FFP) Provide Unscheduled Repair Maintenance Service Calls on Solar Turbine Generator Sets, model 1021S-21 (Reference PWS paragraph 3.4): $ __________ per hour CLIN 1004 Cost Estimate for Reimbursable parts (Reference PWS paragraph 4.1.1 through 4.1.3.2): $ 40,000 per year government estimate Option Year 2: CLIN 2001 Firm Fixed Price (FFP) Provide semi-annual inspection and maintenance (Reference PWS paragraph 3.2): $ __________ per visit x 2 times per year = $ __________ CLIN 2002 Firm Fixed Price (FFP) Provide 24-hour emergency service calls on Solar Gas Turbine Generator Sets, model 1021S-21 (Reference PWS paragraph 3.3): $ __________ per hour CLIN 2003 Firm Fixed Price (FFP) Provide Unscheduled Repair Maintenance Service Calls on Solar Turbine Generator Sets, model 1021S-21 (Reference PWS paragraph 3.4): $ __________ per hour CLIN 2004 Cost Estimate for Reimbursable parts (Reference PWS paragraph 4.1.1 through 4.1.3.2): $ 40,000 per year government estimate TOTAL FFP $ _______________ (vi) Description of requirements for the items to be acquired. Inspection and Maintenance of Solar Gas Turbine Generators 3 September 2008 Onizuka Air Force Station, CA SEE Attached Performance Work Statement Wage Determination No. 2005-2059 Revision No. 7 Date of Revision: 05/29/2008 (vii) Date(s) 1 October 2008 - 30 September 2009 with two option years. Place of delivery and acceptance: 21 SOPS: FOB point is Onizuka Air Force Station, California. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationery, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments. (ix)Provision at 52.212-2, Evaluation -- Commercial Items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible quoter whose technically acceptable quote conforming to the solicitation will be the most advantageous to the government, price and other factors considered. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements `` (Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements `` (Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) Clauses Incorporated by Reference 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities & Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995 52.232-18 Availability Of Funds APR 1984 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing of Contract Modifications DEC 1991 5352.242-9000 Contractor Access to Air Force Installations AUG 2007 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230. Phone: 719-554-5250, Fax: 719-554-5299. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NLT 3:00 p.m. 19 September 2008 (Mountain Daylight Time (MDT), 50CONS/LGCA, 216 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Proposals SHALL remain valid until 2400 hours 30 Sep 2008. (xvi) Individuals to contact for information regarding this solicitation: 2Lt Denise Wright, Contract Specialist, Phone 719-567-3888, Fax 719-567-3438, Email denise.wright@schriever.af.mil Robert Heinrich, Contracting Officer, Phone 719-567-3442, Fax 719-567-3809, Email robert.heinrich@schriever.af.mil Place of Performance: Onizuka Air Force Station, California Postal Code: 94089 Country: UNITED STATES PERFORMANCE WORK STATEMENT FOR INSPECTION, MAINTENANCE AND REPAIR OF SOLAR GAS TURBINE GENERATORS ONIZUKA AIR FORCE STATION September 3, 2008 PERFORMANCE BASED WORK STATEMENT TABLE OF CONTENTS SECTION PAGE 1 GENERAL INFORMATION 3 2 REPORTS 5 3 BASIC SERVICES 6 4 PARTS 8 5 APPENDECIES 10 Note: Printer configuration may change page numbers when printed   PERFROMANCE WORK STATEMENT FOR INSPECTION, MAINTENANCE AND REPAIR OF SOLAR GAS TURBINE GENERATORS 1 GENERAL INFORMATION. The contractor shall provide all material, tools, supplies, equipment, supervision, transportation and labor necessary to perform annual and semi-annual inspections, maintenance and emergency repair service on eleven (11) Solar Gas Turbine Generator Units model T-1021S-21 located at Onizuka Air Force Station (OAFS) CA, The contractor shall maintain all records and reports required to repair and maintain the Gas Turbine Generator Units. 1.1 CONTRACTOR PERSONNEL. The contractor shall not employ persons for work on this contract if such employee is identified to the contractor by the Contracting Officer as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. 1.1.1 Appearance. Contractor personnel shall present a neat appearance, and be easily recognized. This may be accomplished by wearing appropriate badges containing at a minimum the employee and company name. 1.1.2 Security. The contractor shall submit visit requests for all employees before performing any work on base. Follow-on requests shall be submitted annually to the Contracting Officer. All contractor personnel shall be United States citizens. 1.1.3 Special Qualifications. The contractor shall provide trained personnel who have knowledge and experience in performing the repair and maintenance on the equipment specified in this contract. The contractor personnel shall be factory certified and or trained on equipment in this contract. Prior to contract award, the contractor shall provide the professional certifications/training listed below to the Administrative Contracting Officer (ACO). The Government reserves the right to request other certification when required. 1.2 QUALITY CONTROL. The Contractor shall ensure the Solar Gas Turbine Generator Units are properly maintained in accordance with the contract, appropriate standards, product literature, utility code, environmental standards, and commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The Quality Control Program (QCP) shall fully address the service requirements in section 2 and 3 as a minimum. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 1.2.1 Quality Control Plan. The Contractor shall establish and maintain a complete Quality Control Plan (QCP) to ensure the requirements of the contract are met. The contractor shall provide a Quality Control Plan that contains, as a minimum the items listed in Paragraph 1.2.2. The QCP shall be submitted to the Contracting Officer for acceptance not later than the scheduled pre-performance conference. The Contracting Officer will notify the contractor of acceptance or required modifications before the contract start date. The contractor shall keep the QCP current and make the appropriate changes as they occur and obtain the Contracting Officers acceptance. 1.2.2 QCP Contents. Description of the contractor's inspection system specific to this contract. Include the areas to be inspected for scheduled and unscheduled inspections, frequency of inspections, corrective actions to be taken when a discrepancy is discovered. 1.2.2.1 Description of the methods to be used for identifying and preventing defects in the quality of service performed. 1.2.2.2 Description of the records to be kept to document inspections, corrective, and preventive actions taken. 1.2.2.3 Records of inspections shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. 1.2.2.4 Identify procedures for maintaining government provided keys or locks 1.3 QUALITY ASSURANCE. In accordance with the Federal Acquisition Regulation (FAR) 52.212-4(a) the Government shall evaluate the contractor's performance under this contract and require re-performance of any work found unacceptable. The Government shall take the necessary actions to ensure that all services provided are in accordance with the requirements of the PWS and QCP. 1.4 GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003), for contractor's failure to correct non-conforming services. 1.5 PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 1.6 HOURS OF OPERATION. Contractor shall coordinate work on Onizuka Air Force Station with the Chief, Central Utilities Plant Power Plant and secure prior written approval from the Central Utilities Plant Control Desk, 408-752-3632 changes to the approved schedule is necessary. 1.6.1 Normal Working Hours. Normal workdays are between the hours of 07:00 A.M. and 4:00 P.M. Monday through Friday. Scheduled work should be accomplished during these hours. 1.6.2 Holidays. The contractor is not required to provide service on federal holidays except in the event of an emergency. 1.6.3 Emergency. The contractor shall provide emergency repair service upon the request of the Contracting Officer or authorized representative within two (2) hours of notification. 1.7 CONSERVATION OF UTILITIES. The contractor and its employees shall employ and practice utility conversation while performing work under this contract. 1.7.1 Utilities. Lights shall be used only in those areas where work is actually being performed. Employees shall not adjust mechanical equipment controls for heating, ventilation, and air conditioning systems. Water faucets or valves shall be turned off when not in use. 1.7.2 Environmental and Hazardous Material Handling. The contractor shall ensure that all lubricants, cleaners, and chemicals used are coordinated with the Administrative Contracting Officer (ACO) five (5) workdays prior to the start of any work requiring the use of any lubricants, cleaners, and chemicals. The contractor shall prepare an MSDS for all lubricants, cleaners, and chemicals to be used and submit to the Administrative Contracting Officer (ACO). The contractor shall be responsible for the proper transportation, storage, usage and disposal of all lubricants, cleaners, hazardous waste, or chemicals required providing the services of this contract. 2.1 REPORTS. The contractor shall develop and submit to the Government a summary of preventive maintenance work and inspections completed during the preventive maintenance cycles. 2.1.1 The report shall identify maintenance tasks and inspections that were performed and not performed and a description of any corrective action requirements noted that are needed for completing the maintenance tasks and inspections. 2.1.2 The report shall identify unit I.D. number, manufacturer, model number, and serial number, type of work performed, date work performed, actual time on job site, job number, and location of work. 2.1.3 The contractor will use specific equipment checklists and reports as required in each section of the Preventive Maintenance Inspection Program in the PWS. 2.1.4 The contractor shall furnish final written reports and load test data after completion of all work performed, scheduled or unscheduled within 10 working days. 2.1.5 The report shall include system condition and operating information, replaced parts, and recommended replacement parts that do not immediately affect operation or efficiency. 2.1.6 The contractor shall provide a separate written report for the load testing. 2.1.7 Loaded data to be taken at 25 percent intervals from no-load to full-load either using OAFS base utility load or Power Plant load bank. 3.1 BASIC SERVICES. The contractor shall repair and maintain the Solar Gas Turbine Generator Units, and other designated equipment in accordance with the contract, the PWS and the designated equipment manufacturer's manual. 3.1.1 The contractor's maintenance procedures shall include safe start-up, control, operation, and shutdown. 3.1.2 The contractor shall ensure proper inspection and maintenance of primary and ancillary equipment and system functions, including production, production control, emission control, fuel supply and pressure, oil supply and pressure, voltage regulation, frequency regulation and governor control. 3.1.3 The contractor shall ensure primary and ancillary equipment be maintained according to the appropriate craft, manufacturer's owner's manuals and to American National Standards Institute (ANSI). 3.1.4 All replacement parts must meet or exceed original manufacturer specifications. Minor parts are defined as parts used during inspection or maintenance with an invoice per unit price under $100.00. 3.1.5 The Government will furnish load bank for all load tests. 3.2 SEMI-ANNUAL INSPECTION, AND MAINTENANCE. Accomplish maintenance service on each of the gas turbine generator package included in this contract. Services shall be scheduled so that no more than one (1) unit is inoperable or out of service at any time. The Semi-Annual Maintenance Service will be a complete inspection and maintenance servicing of all gas turbine generator packages as outlined in this section. The contractor shall be responsible for insuring that all common replacement parts are readily available at the job site prior to commencement of work. The contractor shall inspect, replace worn/defective parts, and correct settings to ensure the unit is in operable condition. The contractor shall replace all worn parts found during the inspections. The contractor shall complete and maintain preventive maintenance records for the major equipment items included in the contract 3.2.1 SERVICES REQUIRED. The Semi-Annual Maintenance Service shall include the tasks listed below described as required service that is in accordance with the manufacturer's owner's manual for operation and maintenance. 3.2.1.1 All actual operating temperatures, pressures and electrical data shall be checked and recorded before performing maintenance. 3.2.1.2 Vendor will accomplish bore scope inspection on first engine inspection upon commencement of this contract and there after at least once every 500 hours of engine operation IAW bore scope inspection procedure in Section 4-6 of Solar maintenance for 750 kW gas turbine generator sets. 3.2.1.3 Special attention will be directed at natural gas and liquid fuel, oil, PCD and water lines/plumbing and will be inspected for leaks, chaffing, wear, or exposure of fabric. 3.2.1.4 All plumbing indicating such conditions as noted in 3.1.1.3 shall be replaced with factory replacement parts. 3.2.1.5 All items requiring lock wire, example circular connectors/cannon plugs, bolts, and screws will be done in compliance with 0 and M manuals. 3.2.1.6 All electrical AC and DC control wire connections will be inspected and torque tested in compliance with 0 and M 3.2.1.7 Verify resistance in T5 and T7 harness and check for grounds during calibration of T5, T7, and speed monitoring system. 3.2.1.8 T5 and T7 temperature and speed monitors will be calibrated before engine data is taken. 3.2.1.9 Perform no load/load test for data acquisition. 3.2.1.10 Water-wash or detergent-wash compressor as determined by load test. 3.2.1.11 Change hi-pressure liquid fuel filter (including O-ring). 3.2.1.12 Check delta-P indicator on low-pressure filters; change if necessary. 3.2.1.13 On initial inspection of engine, R and R all fuel nozzles, inspect for damage or restriction. Note discrepancies on report. 3.2.1.14 Replace O-ring on engine center bearing oil transfer tub. 3.2.1.15 Inspect 6th stage bleed valve; install new carbon ring and O-ring; and ensure spring installed is for proper elevation and closes at proper value. 3.2.1.16 Remove, clean, and inspect plunger and barrel of liquid fuel control valve topping solenoid. 3.2.1.17 Remove and replace natural gas fuel control poppet valve; clean and lubricate. 3.2.1.18 Clean and inspect magnetic pickup for speed control in conjunction with speed monitor calibration. 3.2.1.19 Remove gearbox inspection plates, inspect for unusual gear wear, and check for metal particles in base of box. Note any discrepancies. 3.2.1.20 Lubricate gearbox to alternator coupling as needed. 3.2.1.21 Perform electrical inspection. Check, replace or tighten and safety wire all loose connections, chaffed wires, loose cannon plugs, or indications of burns. 3.2.1.22 Perform generator inspection. Inspect governor linkage rod ends; replace if needed and lubricate. Adjust governor linkage as needed. 3.2.1.23 Start and Stop engine on natural gas and liquid fuels noting proper acceleration schedule start/run sequence. Operate engine on both fuels transferring from natural gas fuel to liquid fuel and back several times to ensure a smooth transition from fuel to fuel. 3.2.1.24 With engine running at operating temperatures, check for leaks in all liquid systems. 3.2.1.25 Special attention will be given to acceleration schedule during natural gas starts after all inspections have been completed. If not within specifications, natural gas fuel control will be adjusted to obtain peak performance during a turbine start sequence on a natural gas start. Post inspection data will be acquired. 3.2.1.26 Adjust mechanical governor maximum speed stop for 62 Hz. 3.2.1.27 Inspect package enclosure for security and note in inspection report. 3.2.1.28 Accomplish no load/load test and acquire engine and generator performance data. 3.3 EMERGENCY REPAIR SERVICE. Emergency service calls is any call placed after normal duty hours from 4:00 p.m. thru 7:00 a.m. of the following morning. The contractor shall provide a telephone number, which the contractor can be reached 24 hours per day for emergency repair service by the Administrative Contracting Officer (ACO) and the Quality Assurance Evaluator (QAE). The contractor shall be on the job site within two (2) hours after notification by the Government of required Emergency Repair Service. Contractor shall provide the estimated time to return the unit to operational status within 4 hours after response. When conditions are discovered that require "Emergency Repair Service" during scheduled inspections and maintenance, the contractor will accomplish all necessary repairs, (includes parts and labor) upon approval from the Administrative Contracting Officer (ACO). 3.4 UNSCHEDULED REPAIR SERVICE. Unscheduled service calls are any call placed to the contractor during the normal duty hours from 7:00 a.m. through 4:00 p.m. The contractor shall respond to the job site within 48 hours after notification by the Government. The contractor will accomplish all necessary repairs, (includes parts and labor) upon approval from the Administrative Contracting Officer (ACO). 4.0 REPLACEMENT PARTS. All replacement parts must meet or exceed original manufacturer specifications. Except for those items or services specifically stated as Government furnished, the contractor shall furnish everything needed to perform the services required by the contract. 4.1.1 GOVERNMENT REIMBURSEMENT FOR PARTS. Prior to replacing any major part on the equipment in this contract, the contractor shall obtain the Contracting Officer's approval to purchase major parts. The Government will reimburse the contractor for those major parts that have been approved by the Contracting Officer. Major parts are defined as parts exceeding the amount of $500.00. 4.1.2 GOVERNMENT REIMBURSEMENT FOR REBUILDING/REFURBISHING PARTS. Prior to rebuilding/refurbishing any part on the equipment in this contract, the contractor shall obtain the Contracting Officer's approval to rebuild/refurbish parts. Contractor shall rebuild or refurbish ancillary turbine package parts, to include, but not limited to, liquid/gas fuel controllers, T-5 and T-7 temperature control modules, speed monitors, auxiliary gear box, fuel injectors and starters. Paragraph 4.1.3 through 4.1.3.2 applies. 4.1.3 Reimbursement for Parts Above and Beyond: 4.1.3.1 Parts Above and Beyond the normal materials used in preventive maintenance. The contractor shall not replace any parts that are above and beyond until the FFP is agreed upon and the Contracting Officer issues a proceed notice! 4.1.3.2 Reimbursement for Parts: Prior to replacing any part on the equipment in this contract, other than those parts covered under normal preventative maintenance replacement, the contractor shall obtain the Contracting Officers approval to purchase parts. The Government will reimburse the contractor for those parts that are approved by the Contracting Officer, and to that end the contractor shall submit to the Contracting Officer the cost of any parts (Prior to purchasing those parts.), which shall include the contractor's G&A and Profit, which will be added to the cost of the parts thereby giving the total price of any parts required and approved for purchase. In order to allow the Contracting Officer to determine the price of such parts as being fair and reasonable, the contractor shall submit documentation as needed or subsequently ask for by the Contracting Officer. Reimbursement of parts under this paragraph shall be charged and invoiced against the appropriate reimbursement CLINs depending upon which fiscal year the purchase of such parts is accomplished. When applicable, invoices shall be submitted monthly. NOTE: The reimbursement CLINs may or may not be funded at the beginning of this contract or subsequent option years. If these CLINs are not funded, funding shall be required and a contract modification accomplished before parts can be purchased and charged against this contract. All replacement parts must meet or exceed original manufacturer specifications. This reimbursement process does not apply to the parts that the contractor proposed to in support of the basic maintenance services for this contract. 5.0 APPENDICES. 5.1 Gas Turbine Package Information 5.2 Publications and Forms   5.1 GAS TURBINE PACKAGE INFORMATION DESIGNATION MAKE MODEL NUM. SERIAL NUM. TG-1 Solar Turbine T-1021S-21 S409675 TG-2 Solar Turbine T-1021S-21 S409676 TG-3 Solar Turbine T-1021S-21 S409677 TG-4 Solar Turbine T-1021S-21 S409678 TG-5 Solar Turbine T-1021S-21 S409679 TG-6 Solar Turbine T-1021S-21 S409680 TG-7 Solar Turbine T-1021S-21 S409681 TG-8 Solar Turbine T-1021S-21 S409682 TG-9 Solar Turbine T-1021S-21 S409683 TG-11 Solar Turbine T-1021S-21 S409685 TG-12 Solar Turbine T-1021S-21 S409686 5.2 PUBLICATIONS AND FORMS Publications and forms that apply to the SOW are listed below. The publications and forms have been coded as Mandatory (M) or Advisory (A). The contractor is required to follow those publications and use those forms coded as mandatory to the extent specified in other section of the SOW. Supplements or amendments from any organizational level may be issued at any time during the life of the contract. The contractor shall immediately notify the Contracting Officer of any increase or decrease in the contract value as a result of supplement and amendment changes to the publications listed. The contractor shall submit to the Contracting Officer a cost proposal incorporating the decrease or increase in requirements. Publication No/Section/Para Title Date Mandatory (M) Advisory (A) TM/M.O.1.-1-1 Cleaning of Equipment 24 Jun 79, Chg 2 A 27 Mar 80 TM/T.O. 1-1-2 Corrosion Control 15 Dec 77 M Section V, VI 20 Dec 79 Para 5-1 - 5-19 Para 6-1 - 6-13 AFI 64-106 Industrial Labor Relations 25 Mar 94 A Activities AFI 91-301 Air Force Occupational 01 Jun 96 A Safety, Fire, Prevention and Health Program DODD 5500-7 Standards of Conduct 29 Nov 07 A Maintenance instructions for solar 750 kW gas turbine generator sets M Maintenance manual for 750/800 kW Electric Machinery continuous and standby duty generators M Maintenance manual for Series 3200 Western Gearbox. M Solar Electrical Drawing Number 104213 M
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a88f541618613cec4571b474c31cfb9&tab=core&_cview=1)
 
Place of Performance
Address: Onizuka Air Force Station, Sunnyvale, California, 94089, United States
Zip Code: 94089
 
Record
SN01661065-W 20080907/080905221928-2a88f541618613cec4571b474c31cfb9 (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  © 1994-2020, Loren Data Corp.