Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
SOLICITATION NOTICE

J -- Maintenance services for the existing unit (EU) #105 clemco aircraft.

Notice Date
7/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC Jacksonville, Pensacola Detachment, N68836 FISC JACKSONVILLE FL Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6883609T0210
 
Response Due
7/11/2009
 
Archive Date
8/11/2009
 
Point of Contact
Linda F. Nelson 904-542-1077<br />
 
E-Mail Address
Business Email
(linda.f.nelson@navy.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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-09-T- 0210 applies and is issued as a Request for Quotation. This procurement is set aside for small business purposes. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $6.5 M. Fleet Contracting Center plans to procure the following: Maintenance services for the existing emission unit (EU) #105 Clemco aircraft plastic media blast system, located: bldg 101S, NAS Jacksonville, FL 32212, to be done IAW statement of work. 101S EU #105 CLEMCO AIRCRAFT PMB MAINTENANCESTATEMENT OF WORKINTRODUCTIONThe Fleet Readiness Center-Southeast, Jacksonville FL (FRCSE), requires the Contractorto furnish the necessary labor, equipment, materials, and supplies to provide maintenanceservices for the existing Emission Unit (EU) #105 Clemco Aircraft Plastic Media Blast(PMB) system in building 101S.DEFINITIONS1. Inspection. Inspection includes examination and the performance of partsreplacement, lubrication, adjustment, calibration, cleaning, repair, etc.2. Alteration. An alteration includes all work necessary to provide a complete andusable abrasive blast system; or to provide a complete and usable addition to anexisting abrasive blast system.3. Repair. The correction of an identified deficiency by way of restoration of either apiece of equipment, a system or a facility...etc.4. Work. Any combination of inspection, alteration or repair actions performed by theContractor and involving either labor, equipment, materials or supplies.The Contractor will be responsible for the following:SCOPE1. Conduct weekly, monthly, quarterly and annual inspections of the abrasive blastoperating system to provide the best working conditions for the operators and to helpensure the system runs efficiently and aide in the reduction of unscheduled equipmentdowntime.2. Inspections shall be conducted in accordance with attachments (1) and (2).3. Inspection reports will be provided to the FRCSE POC on a weekly basis as well asany reports done after any scheduled preventive maintenance (PM) or annualinspections. These reports shall show areas of inspection, alterations,deficiencies/areas of concern, and recommendations for repairs or improvements.Pricing for any recommendations or repairs shall be included.4. Funds for needed equipment repairs shall be allocated for non-ventilation relatedrepairs. Should these funds not be used throughout the contract year FRCSE shall beable to withdraw those funds from this contract to use elsewhere. Work andinvoicing for these repairs would be done after approval from the FRCSE POC.5. Any ventilation repairs shall be accomplished under the Dust Collector IndustrialVentilation Maintenance/Services contract via the Fleet Industrial Supply Center(FISC) Jacksonville which is currently in use at FRCSE.6. Calibration of the carbon monoxide (CO) monitor shall be done quarterly during theregular PM program. The quarterly calibration is a recommendation from the factory.101S EU #105 CLEMCO AIRCRAFT PMB MAINTENANCEDESCRIPTION OF DUTIES AND WORKING CONDITIONSThe Contractor shall perform the following duties under the following conditions:. Perform all work accomplished under this contract between the hours of 0600 to1430 hours, Monday through Friday, excluding Government Holidays; unlesscoordinated with and approved by the FRCSE Point of Contact (POC).. Any utility outages shall be coordinated through Adrian Gray at 904-542-5990x143.. All work shall be accomplished in accordance with all Federal and State laws,National Fire Protection Association (NFPA), and Occupational Safety andHealth Administration (OSHA) codes, applicable building codes, NationalElectric Code, Sheet Metal & Air Conditioning Contractors National Association(SMACNA), local government facility and environmental standards, and UnifiedFederal Guide Specifications (UFGS).. Report a list of any deficiencies found in the equipment and correct thosedeficiencies, after receiving approval by the FRCSE POC.. Be able to take all readings with calibrated instruments traceable to NationalInstitute of Standards (NIST) guidelines.. Provide on-site project manager to ensure coordination between subcontractors aminimum of three days per week during construction.GENERAL DISPOSITIONS1.0 BASE ENTRY1.1 The Contractor shall obtain the necessary passes and/or identification for entryinto Naval Air Station (NAS), Jacksonville, for all employees prior to commencement ofwork. The Government reserves the right to refuse to issue a pass to an employee of theContractor for any reason deemed valid by the Government. The Contractor willrequired to provide the Security Forces with vehicle registration, proof of insurance,driver's license, and a picture ID to obtain a pass for entry on the base, at the Pass andRegistration Office.2.0 WORK SITE CONDITIONS2.1 The Contractor shall take all necessary precautions to adequately protect allpersonnel, public and private property from harm within the areas of work.2.2 Contractor shall keep the project site clean and free of clutter when work is notperformed at the site. Remove rubbish and debris from the site on a daily basis; do notallow it to accumulate inside or outside of the building.3.0 MAINTENANCE SERVICES3.1 If additional work is required over and above the herein specified, the Contractorshall notify the FRCSE POC for appropriate decision and action.101S EU #105 CLEMCO AIRCRAFT PMB MAINTENANCE4.0 PROJECT COMPLETION4.1 All portion of existing work that has been cut, damaged or altered in any wayduring performance of work shall be repaired or replaced in kind, in an approved manner,to match existing adjoining work. All work of this nature shall be performed by theContractor at their expense and left in a condition similar to that which existed prior tothe start of the work.4.2 The Contract shall run from October 1, 2009 through September 30, 2010.5.0 WARRANTY5.1 The Contractor shall warrant that all work performed under this Statement ofWork (SOW) meets all requirements and is free from any defect in, material orworkmanship for a period of not less than 12 months.6.0 POINTS OF CONTACT AT FRCSE6.1 FRCSE POC for Project Management is Michael Clarke, 904-542-5990 x151 andRuben Laureano, 904-542-3017, x117.6.2 FRCSE POC for Safety is Don Lamb, 904-790-52686.3 FRCSE POC for Environmental is Bill Bright, 904-790-51426.4 FRCSE POC for Utilities is Adrian Gray, 904-542-5990 x1436.5 FRCSE POC for HVAC and Test and Balance is Michael Clarke, 904-542-5990x1516.6 FRCSE Security Office, 904-542-2805Note: This shall be a "best-value" contract using the Fleet Industrial Supply Center(FISC) to facilitate its award to a qualified contractor. The government shall be given theopportunity to review all submitted work scope proposals from prospective contractorsvia FISC (technical content only, no pricing) to ensure compliance with the government'sStatement of Work (SOW).101S EU #105 CLEMCO AIRCRAFT PMB MAINTENANCEATTACHMENT (1)EQUIPMENT LIST1 Clemco Dust Collector # CDF-128 East Bank1 Clemco Dust Collector # CDF-112 West Bank1 Clemco Dust Collector # CDF-8 Reclaim System1 Separator 60"4 Rotary Air Lock1 Separator (Magnetic)4 Pressure Vessels # 6 CF1 M-Section Floor Recovery2 Bucket Elevator Systems1 Particle Separator (Heavy) 60"x48"1 Clemco Reclaim 4800 CFM2 Clemco Reclaim 200 CFM2 Hopper # 400 CF1 Blast Room 80x80x261 Ionizer1 Auger1 Fan 15 HP Reclaim2 Hi Vacuum Pumps 10 HP2 Clemco Dust Collector EZ Load2 Fan 300 HP East & West Units1 Fan 20 HP Reclaim2 Compressor # XFE100-2S I/R1 Air Dryer # TMS1250 I/R1 Breathing Air System # DM170 Deltec2 80'x80'x26' custom-built SCHWEISS Bi-fold doors and lift mechanism (cables,motors, controls, upper hinges).101S EU #105 CLEMCO AIRCRAFT PMB MAINTENANCEATTACHMENT (2)INSPECTION DETAILNote: Inspection includes examination and the performance of parts replacement,lubrication, adjustment, calibration, cleaning, repair, etc.Dust Collector Inspect filter cartridges, pulse systems, photohelic gauges, barrelssensors.Exhaust Fans Inspect paddle wheel, motor and drive, bearings, dampers, sheaves,shaft, belts / tension and vibration / balance.Separator Inspect Motor, shaker screen and drives.Rotary Air Lock Inspect motors, lubrication, vibration and rotation.Magnetic Separator Inspect proper function.Blast Pods/Controls Inspect media valve, nozzle wear, hose leaks, pop-up and exhaustvalve, Trap assembly, air valve, compressed air filtration system.Floor Recovery Inspect floor troughs, screens, grates, cylinders and timers.Bucket Elevator Inspect belt tension, belt alignment, motor and gear box.Heavy Separator Inspect control settings, motors and bed condition.Reclaim System Inspect exhaust fan, damper and rubber liner.Hoppers Inspect level sensors and check for leaks.Blast Room Inspect door sensors, E-Stop system, alarms, lights and switches,door motors, door cables.Ionizer Inspect nozzle electrodes, air piping, electrical wiring.Auger Inspect bearings, gear, troughs, screw, shaft and lubrication.High Vac Pumps Inspect belts, lube, motor, silencer, gauges and bearings.Compressed Air Inspection per list provided by Ring Power Corporation.Bi-fold doors Inspect lift mechanism (cables, motors, controls, upper hinges). 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: "additionally, the Government will accept the contractor's commercial warranty." Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vi! etnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business setaside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M, July 11, 2009. Quotations must be in writing and may be faxed or mailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-542-1077.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N68836FJDPEN/N6883609T0210/listing.html)
 
Place of Performance
Address: Bldg 101S, NAS Jacksonville, Fl<br />
Zip Code: 32212<br />
 
Record
SN01864845-W 20090704/090703001436-ac6f4589606f16582210c467f17b80b2 (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.