Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2010 FBO #3175
MODIFICATION

99 -- Continous Monitoring Systems Recertification

Notice Date
8/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 354 Broadway St, Unit 5B, Eielson AFB, Alaska, 99702-1887
 
ZIP Code
99702-1887
 
Solicitation Number
F1u3C50167A001
 
Point of Contact
Jacqueline M. Bongard, Phone: 9073771242
 
E-Mail Address
jacqueline.bongard@eielson.af.mil
(jacqueline.bongard@eielson.af.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: proposals are being requested and a written solicitation will not be issued. Solicitation number F1U3C50167A001 is hereby issued as a request for quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12, 4 August 2006. DESCRIPTION OF REQUIREMENT: CLIN 0001: Quantity one (1) Lump Sum the contractor shall provide Continuous Opacity Monitoring Systems Certification as prescribed in the Performance Work Statement and in accordance with the bid schedule. (End description). Period of Performance SHIP TO ADDRESS FOB 354 CES/CEOP DESTINATION Mr. Marty Overlin Central Heat & Power Plant Eielson AFB, AK 99702 (907) 377-3151 Quotes must be submitted and received no later than 16 August 2010. Quotes must be e-mailed to the attention of the primary P.O.C.s listed below or faxed to 907-377-2389. Please send any questions or requests to: 354 CONS/LGCB, 354 BROADWAY ST, EIELSON AFB, ALASKA 99702 ATTN: A1C Jacqueline Bongard. Phone (907) 377-3028, by fax to (907) 377-2389, or e-mail to: jacqueline.bongard@eielson.af.mil. A Firm-Fixed Price award will be issued in writing. Telephone bids will not be processed. Award shall be made only to contractors with Central Contractor Registration (CCR). Vendors may register at: hhtp://www.ccr.gov The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant contract: FAR Clause 54.212-1, Instructions to Offerors-Commercial items. FAR Clause 52.212-3, Offeror Representations and Certifications-Commercial items. Each offeror shall include a complete copy of the provisions with the quotation. The Word document is available for downloading the representation and certifiications and in it's entirety at http://farsite.hill.af.mil. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial items. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items FAR Clause 52.252-2 Clauses Incorporated by Reference DFAR Clause 252.225-7001, Buy American Act and Balance of Payment Request. DFAR Clause 252.232-7003, Electronic Submission of Payment Request. SUBMISSION OF INVOICES In accordance with FAR Clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS Clause 252.232-7003 Electronic Submission of Payment Requests. Statement of Work, Continuous Opacity Monitoring Systems (COMS) 1.0 GENERAL INFORMATION 1.1 INTRODUCTION Eielson AFB (EAFB) operates six coal-fired stoker-type boilers capable of generating 120,000 lbs of steam per hour at its Central Heat and Power Plant (CH&PP) facility. EAFB's Title V operating permit requires Eielson to monitor the visibile emissions of the six coal fired boilers using a Continuous Opacity Monitoring Systems (COMS) for each unit. Condition 37.2(a) requires the COMS to meet the performance specifications in 40 CFR 60, Appendix B, Performance Specification 1 to demonstrate that each of the six coal fired boilers comply with Alaska's visible emission standard. 1.2 LOCATION Eielson AFB is located approximately 23 miles southeast of Fairbanks, Alaska. The Central Heat and Power Plant is located in Building 6203. This facility is accessible from Arctic Avenue and is contained within the secured portion of the base. 1.3 PROJECT OBJECTIVES The objective of this work is to comply with the terms and conditions of air quality operating permit AQ0264TVP01 issued by the Alaska Department of Environmental Conservation. This statement of work (SOW) defines the work to complete COMS certification using 40 CFR 60, Appendix B, Performance Specification 1, Section 13 for all six COMS units at the Eielson AFB Central Heat and Power Plant. 1.4 DESCRIPTION OF WORK 1.4.1 CONTINUOUS OPACITY MONITORING SYSTEM CERTIFICATION The objective of this work is to certify the COMS systems as specified in 40 CFR 60, Appendix B, Performance Specification 1, Section 13 for all six COMS units at the Central Heat and Power Plant. The contractor shall furnish all equipment, labor, and materials and shall perform all operations necessary to complete the work. COMS certification shall be performed on the following sources: Source Name Source Description Certification Method CH&PP Main Boiler #1 120,000 lb/hr Springfield Boiler 40 CFR 60, Appendix B, Performance Specification 1, Section 13 CH&PP Main Boiler #2 120,000 lb/hr Springfield Boiler 40 CFR 60, Appendix B, Performance Specification 1, Section 13 CH&PP Main Boiler #3 120,000 lb/hr Springfield Boiler 40 CFR 60, Appendix B, Performance Specification 1, Section 13 CH&PP Main Boiler #4 120,000 lb/hr Springfield Boiler 40 CFR 60, Appendix B, Performance Specification 1, Section 13 CH&PP Main Boiler #5 120,000 lb/hr Garret Shafer Boiler 40 CFR 60, Appendix B, Performance Specification 1, Section 13 CH&PP Main Boiler #6 120,000 lb/hr Garret Shafer Boiler 40 CFR 60, Appendix B, Performance Specification 1, Section 13 1.4.2 COMS must meet the following field audit performance specifications:- The contractor shall supply personnel, equipment, and supplies to conduct the required certification on each source in accordance with the referenced Appendix B method. The following 40 CFR 60, Appendix B, Performance Specification 1, Section 13 shall be utilized: 13.3 Field Audit Performance Specifications. The installed COMS must comply with the following performance specifications: (1) Optical Alignment. Objectively indicate proper alignment relative to reference marks ( e.g., bull's-eye) or conditions. (2) Calibration Error. The calibration error must be ≤3 percent opacity for each of the three calibration attenuators. (3) System Response Time. The COMS upscale and downscale response times must be ≤10 seconds as measured at the COMS data recorder. (4) Averaging Period Calculation and Recording. The COMS data recorder must average and record each calibration attenuator value to within ±2 percent opacity of the certified value of the attenuator. (5) Operational Test Period. The COMS must be able to measure and record opacity and to perform daily calibration drift assessments for 168 hours without unscheduled maintenance, repair, or adjustment. (6) Zero and Upscale Calibration Drift Error. The COMS zero and upscale calibration drift error must not exceed 2 percent opacity over a 24 hour period. Complete details shall be obtained from 40 CFR, Part 60. 1.4.3 Subtask 2: Prepare Certification Reports - To the extent practical, a detailed certification report shall be prepared to include audit summary test results datasheets (field audit performance test - optical alignment assessment), zero alignment audit datasheet, calibration error test datasheet, system response time check, averaging period and recording check, and operational test period (zero and upscale calibration drift assessment). A draft report shall be shall be received by the 354 CEA/CEAN air program manager within 15 days of the completion of on-site certification. One electronic copy and two copies of the final report shall be provided to the Power Plant Manager within 10 days of receiving comments. 1.5 DELIVERABLES The following deliverables are required by this task order statement of work: Description Due Date Perform COMS certification Before 1 August 2010, preferred, but NLT than 18 Sep 2010 Draft COMS certification report W/in 15 days of test Final COMS certification report W/in 10 days of comments 2.0 SERVICES SUMMARY (RESERVED) 3.0 GOVERNMENT FURNISHED PROPERTY/FACILITIES AND DATA The contractor may request access to Government utilities which are readily available in the work area (e.g. house current or tap water in buildings). Required utilities which are not readily available in the work area or which would cause significant expense or inconvenience to the Government shall be provided by the contractor. The contractor shall provide all materials and equipment for any approved utility hookup. 4.0 GOVERNMENT SPECIAL TERMS AND CONDITIONS 4.1 Site Visit - The contractor shall become thoroughly familiar with all details of the work and working conditions, verify necessary dimensions in the field, and advise the contracting officer of any discrepancies before performing any work by either visiting the COMS certification work area or providing evidence of previous COMS certification by the contractor at the EAFB CH&PP. The work areas will remain occupied by Government personnel during the testing. 4.2 Scaffolding - If the contractor determines scaffolding is required for COMS certification, the contractor shall be responsible for providing any scaffolding. 4.3 Fire Protection - The contractor shall obey all requirements of the National Fire Codes and Air Force regulations as they relate to the work. The contractor shall not do any welding or use any flame apparatus without obtaining clearance from the fire department. The fire department may be contacted by phone at 377-4156. Notify the fire department 24 hours in advance of the intended use of any flame apparatus. When using flame apparatus, provide fire protection devices, such as non-combustible coverings and fire extinguishers, as directed by the fire department. 4.4 Protection of Government Property and Personnel - The contractor shall protect Government and non-Government property and personnel on-base from inconvenience, damage, or injury of any nature. The contractor shall accomplish the work in accordance with applicable parts of Base Safety and Fire Prevention regulations, Air Force regulations, and such other measures as may be deemed applicable. Damages of any nature caused by this work shall be repaired or damaged property replaced at no expense to the Government. If the contractor does not satisfactorily repair or replace the damaged property, the Government reserves the right to make the necessary corrections. The contractor shall reimburse the Government for consequential damages and for all materials and labor used for the corrections. 4.5 Storage and Protection of Materials - The contractor is responsible for the storage and safekeeping of all material to be used in the work. 4.6 Daily Clean Up - The contractor shall keep the work area clean of all debris on a daily basis, or more often as required. The contractor shall keep storage areas clean and orderly at all times. The contractor shall dispose of combustible wastes at the end of each work day and under no circumstances allow them to accumulate. 4.7 Base Notification - After award of contract the contractor shall contact Marty Overlin at (907) 377-3151 a minimum of 72 hours before starting site operations for COMS certification so base access can be obtained. The Power Plant Manager will direct, to the extent possible, that the boilers will be operated in a manner that will optimize time spent by the contractor and avoid unnecessary coal usage.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/F1u3C50167A001 /listing.html)
 
Place of Performance
Address: Central Heat & Power Plant, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN02225034-W 20100804/100802234618-cf7ac101fb46a5873d788107e1f54bd7 (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.