Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
SOLICITATION NOTICE

41 -- Annual Maintenance and Service Calls for Establish Air Compressors - Solicitation

Notice Date
8/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, Transportation Security Administration, Contracts and Procurement, 200 West Parkway Drive - Suite 300, Egg Harbor Township, New Jersey, 08234, United States
 
ZIP Code
08234
 
Solicitation Number
HSTS07-10-Q-00103
 
Point of Contact
Doretta F. Chiarlone, Phone: 609-813-3363, Toshia Rollins, Phone: 609-813-3366
 
E-Mail Address
doretta.f.chiarlone@secureskies.net, toshia.n.rollins@secureskies.net
(doretta.f.chiarlone@secureskies.net, toshia.n.rollins@secureskies.net)
 
Small Business Set-Aside
Total Small Business
 
Description
The solicitation. This is a combined synopsis/solicitation for commercial items (service) prepared in accordance with FAR Subpart 12.6. The solicitation number is HSTS07-10-Q-00103. The Transportation Security Administration Office of Law Enforcement has a requirement for a fixed price contract for annual maintenance and scheduled/unscheduled service calls for air compressors located in various buildings/ranges at the William J. Hughes Technical Center in Atlantic City, NJ. This requirement will include the following tasks: Services Required: The Service required is for air compressor maintenance and repair at buildings/firing ranges located at: 3 buildings/ranges and 2 outdoor ranges located on the William J Hughes Technical Center Atlantic City International Airport New Jersey 08405. Actual location of buildings will be provided at time of award. Service is to include: Scheduled and unscheduled maintenance visits, during normal business hours Monday thru Friday by qualified technicians. Parts, service, and equipment are to be provided by vendor. Vendor will supply all parts for both maintenance and repair services at no additional cost to the Government. Qualified technicians must perform services required for both the scheduled and unscheduled maintenance. Annual maintenance and repairs are required for all stated buildings. The maintenance of the air compressors will be performed once a year and will include: changing the oil, changing the filters and tightening the belts. For 3 Indoor Buildings/Ranges: (Note the number of the building/ranges will be provided to the award) The following is a list of the Ingersoll Rand Components deployed in each of the three indoor ranges: •2 units of 5 HP (horse power) compressors mounted on one tank X 3 buildings/ranges for a total of 6 units •1 Thermosorb Dryer assembly X 3 building/ranges for a total of 3 •2 Filters in line before and after the dryer X 3 buildings/ranges for a total of 6 •1 polysep water oil separator X 3 buildings/ranges for a total of 3 •3 PNLD (pneumatic no loss drain) water air separator drains X 3 buildings/ ranges for a total of 9 At a minimum the annual maintenance schedule should include: change compressor belts for all 3 indoor buildings/ranges change compressor oil for all 3 indoor buildings/ranges change the 2 air filters before and after the dryer for all 3 indoor buildings/ranges change the dryer bead bed for all 3 indoor buildings/ranges change the compressor air filters for all 3 indoor buildings/ranges check for oil leaks for all 3 indoor buildings/ranges check for air leaks for all 3 indoor buildings/ranges check the back-check-valves on the compressor for all 3 indoor buildings/ ranges grease motor bearings as requested by manufacturers Perform final check on the systems for leaks and security of all hardware Adjust regulators to proper operating pressures for system For 2 Outdoor Ranges – [located in shed building by outdoor range] the following is the equipment list for the Ingersoll equipment : 2 upright single-head compressors 1 dryer system speed air by Dayton 1 speed air electric timer-type water drain At a minimum, the annual maintenance schedule should include: •change compressor oil •change belts •change air filter •inspect dryer •inspect electric compressor blow-down •perform final check The maintenance for all of the ranges should also include an on-call service,[ vendor must provide hours with response time and availability] The maintenance and recommended maintenance should meet or exceed the original equipment manufacturer (OEM)’s recommendation. The system for all the 3 indoor building/ranges was installed in 2003. The system for the 2 outdoor building/ranges was installed in 2010. This requirement is set-aside 100% for SmallBusinesses in accordance with NAICS codes 811219. Contractor will be responsible for all removal and disposal of debris I/A/W/ local, state and federal regulations. The total estimated value for this project is $9,000.00. A site visit will be held on Thursday, August 12, 2010, 9:00 AM, EST with all parties meeting at the Security Operations Center Main Gate. Security issues require companies to identify personnel whom will be attending this site visit. The POC for the site visit is Alena Newman, alena.b.newman@ole.tsa.dhs.gov, 609-813-3364. A copy of the solicitation is added as attachment to this synopsis. Release of Information: The Contractor shall not disclose, advertise, or release information about Additionally, offerors are advised that the following clause will pertain to any contract award: this contract to any individual or organization without prior written approval from the Contracting Officer. Questions concerning this solicitation must be furnished in writing to Toshia.n. Rollins@secureskies.net or Doretta.Chiarlone@dhs.gov or faxed to (609) 813-3394 no later than Monday, August 16, 2010, 12;00 p.m. Questions/answers will be posted as an amendment to this synopsis. The date and time for the submission of quotes is Monday, August 23, 2010, 3:00 PM Eastern Standard Time and shall be emailed to Doretta.Chiarlone@dhs.gov or faxed to 609-813-3394.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/TSAFAMS/HSTS07-10-Q-00103/listing.html)
 
Place of Performance
Address: See below, atlantic city, New Jersey, 08405, United States
Zip Code: 08405
 
Record
SN02232228-W 20100808/100806235640-504dc72c11d40155c8020658e99fe704 (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.