Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

J -- Preventative Maintenance and Repair Services for TOW Workshop, Cairo, Egypt

Notice Date
11/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-11-R-0036
 
Response Due
11/23/2010
 
Archive Date
1/22/2011
 
Point of Contact
Michael Taccino, 540-665-1732
 
E-Mail Address
USACE Middle East District
(michael.e.taccino@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT; THIS IS A SOURCES SOUGHT NOTICE: The purpose of this notice is to conduct market research to determine the availability and adequacy of potential sources to support acquisition of the below described requirements subsequent to a competitive Request for Proposal. The United States Army Corps of Engineers (USACE), Middle East Division (MED) is seeking sources to provide Preventative Maintenance and Repair Services for the Tow Workshop, Cairo, Egypt. The TOW Workshop is a unique facility and requires a continuous preventative maintenance program. To insure that high quality services are received, it is necessary to maintain the facility and its equipment, and conduct repairs on the spot for any malfunctioning equipment. The existing facility is approximately 1600 square meters of shop area and various mezzanines for storage. PERFORMANCE PERIOD: The base period of maintenance service will be 24 months from the date of contract award with three one year Option periods. The performance work week period will consist of six 8 hour days work week. The six day work week will be run from Saturday to Thursday. REQUIRED QUALIFICATIONS OF FIRMS TO PARTICIPATE: Eligible Contractors will be limited to: (1) U.S. firms, or (2) Joint Ventures between U. S. Firms, (3) Joint Ventures between U. S. firms and Egyptian firms, including at least one U. S. firm. To be considered a U. S. firm, the firm must perform preventative maintenance and repair services as a significant portion of its business; must be incorporated and have its corporate headquarters in the U.S. for a minimum of three years; shall have filed state and federal income tax declarations for a minimum of three corporate years within the preceding four-year period, having paid any applicable taxes determined to be due as a result of such filing; and employ U. S. citizens in key management positions. To be considered an Egyptian firm, the firm must be a minimum of 51 percent Egyptian ownership; and an independently owned firm. Egyptian firms which are partially or wholly owned by or otherwise affiliated with the Government of Egypt or its agencies are ineligible. All qualified firms may express an interest in this project. Interested parties should include the following information in their response: (a) Business name, address, cage code, and a point of contact; (b) Evidence that the business is a U.S. firm, an joint venture between two U.S. firms, or a joint venture between U.S. firms and Egyptian firms in accordance with the abovementioned guidelines; (c) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (d) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (e) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work. All interested parties are encouraged to respond to this notice, by e-mail to Michael.E.Taccino@usace.army.mil no later than 2:00 PM local EST on November 23, 2010. Telephone inquiries will NOT be accepted. REQUIREMENT: 1. The Contractor shall provide all labor, services, materials, supplies, supervision, equipment, tools, transportation, and other items necessary to perform public works functions at Tow Maintenance Workshop facility. The intent of this contract is to maintain all the equipment, utilities and the building on a daily basis; and through periodical preventative maintenance, and troubleshooting as needed. This work includes, but is not limited to, operation, maintenance, repair, minor construction in support of Tow Maintenance Workshop. The Contractor shall provide services in accordance with the terms, conditions, and specifications of this PWS. The Contractor shall assume total responsibility for all requirements stated herein on the commencement date of the performance period 2. Management and Technical Staff. The contractor shall provide all necessary management, labor, technical expertise, equipment, tools and testing equipment, and supplies necessary to perform the services described in this contract. The following staff shall be the minimum requirement for staffing this program, however, the contractor is still required to employ as many personnel or manufacturer representative needed for the proper performance of the work. The minimum staffing should be as follows: a. One (1) Operation and Maintenance Manager shall be present full time and shall be authorized to make decisions related to the O & M activities under this contract, on behalf of the contractor. b. Mechanical/Electrical engineers as needed to assist the operation & maintenance manager to inspect and resolve O & M related problems. c. One (1) Mechanical Technician, present daily. d. One (1) Electrical Technician, present daily. e. Six (6) semi-skilled labors, present daily for cleaning and janitorial services. 3. Operation and Maintenance. Daily preventative maintenance and troubleshooting service will be performed by full time (electrical and mechanical) technicians. The purpose of trouble shooting is to resolve problem immediately before they become major problem and thereby result in delaying the TOW work activities. The contractor shall provide daily operation and troubleshooting for all equipment and systems as in the following paragraphs: a. All preventative maintenance shall include the cost of all supplies and consumable materials such as oils, greases, and chemicals etc. b. The contractor shall hire and pay for the services of the manufacturer representative to provide every six month inspection and preventative maintenance of following systems: - Chiller unit - Fire alarm and protection system - Electrical transformer systems - Compressed Air Equipment - Bridge Crane - Generator and ATS - HEPA filters and motors at the optical lab - Forklifts. 4. Equipment to be Maintained Under this Contract: a. HVAC Equipment: 1. One (1EA) water chiller, packaged air cooled with cooling capacity 215 KW. 2. Four (4EA) air handling units. Horizontal draw thru with different air quantities and chilled water-cooling coil section(AHU -1, 2, 3&4). 3. Two (2EA) ventilation air handling units (AHU - 5&6) 4. Sixteen (16EA) centrifugal direct drive exhaust fans (EF1 thru 16) 5. Two (2EA) chilled water pumps, end suction centrifugal type. 6. Ten (10EA) fan coil units, concealed ducted type with different cooling capacities(FCU-1 thru 10) b. Plumbing System: 1. Three (3EA) electric water heaters (EWH -1 thru 3) 2. One (1EA) reciprocating air compressor with refrigerated air dryer. 3. Two (2EA) water booster pumps (P-1&2) 4. WC areas comprising a total of approximately 20EA plumbing unit(lavatories, w/c, urinals, showers and eastern w/c). c. Electrical system: 1. One (1EA) oil filled transformer (1000 KVA, 3PH, 11 KV-380/220v)and related system. 2. One (1EA) frequency converter (10 KVA, 380/220v, 50 HZ input; 208/120v, 60 HZ output) and related system. 3. One (1EA) 28 V, power supply 20 KVA, 380 V, 50 HZ 3-ph input / 28 V DC current output and related system. 4. One (1EA) Low voltage dry type power Transformer 40 KVA, 50 HZ, 380 V input /220-127 V output and related system. 5. One (1EA) Frequency Converter and related system with the following specifications: - Output Power: 10 KVA. - Input Voltage & frequency: 380 V, 3-Phase, 50 HZ. - Output Voltage & frequency: 208/120 V, 4 wires, 400 HZ. 6. Electrical Panels 7. Fire Alarm and Telephone Systems. 8. HVAC Control System. 9. Grit Blast Booth for Small Parts. d. TOW Drive-in Paint Booth. e. Emergency Diesel Generator (80 KW) and Automatic Transfer Switch f. Overhead Bridge Crane, 7.5 tons g. HVAC FOR OPTICAL LAB: system includes 12 fans, HEPA filters and motors for HEPA filters. h. Miscellaneous Equipment: 1. Fire Protection System: system includes but not limited to, one diesel pump, jockey pump, elevated water tank, piping and valves and control system. 2. Electrical forklifts, TWO each, Daewoo, Model BC 25 S-2 DEKA CK 223, and Battery type EO 583. 3. Chargers for Fork Lifts. 4. Diesel forklifts, (Two Yale, one Komatsu Model FD 30 JC-14, and 6000 lb. 5. Roll up doors (6 ea). 6. Doors and hardware. 7. One electrical drill in mechanical shop. 8. Two air compressors. 9. Two grinding/ cutting machines. 10. Three split A/C units. 11. Two water coolers. 5. The contractor shall provide general daily janitorial service of the entire facility The contractor shall provide all cleaning supplies necessary for janitorial services such as; cleaning materials, cleaning soaps, cleaning tools and pesticides. In addition, the contractor shall provide all other personal consumable cleaning and hygienic items such as toilet papers, soap dispenser and pesticides etc; for the use of Tow personnel. These supplies shall be stored and maintained by the contractors cleaning crew. 6. Spare Parts. The TOW workshops currently have a limited spare parts stock. The contractor shall prepare a list of spare parts. The list should be for two years of spare parts that are prioritized to fulfill the maximum available budget. The list shall be submitted to COR for approval. Following the approval, the contractor shall use the Egyptian Freight Forwarder for US procured materials. 7. Emergency Repair (parts, materials, equipment and labor if manufacturer rep is used). This line item provides a vehicle to pay for the parts required to perform urgent repairs in emergency situations that were not included elsewhere in the scope of work. Repair parts shall be from the original manufacturer and/or approved by the equipment manufacturer. The intent of this line items is to provide a mechanism for procurement of materials and repair parts that are not presently in spare parts stock. 8. The contractor is responsible for supplying a lockable cabinet for storing his materials, tools and consumables. 9. The workers shall be properly identified through proper uniform. The appearance of labors shall be neat and clean at all times including suitable coveralls and footwear. 10. The workshop will be operating during the term of the contract. It shall be the Contractors responsibility to closely plan and coordinate its operations and maintenance tasks with base operations personnel. The operation and maintenance activities must minimally affect base and facility operations. This will require prior planning or performing selected repairs during the main operating hours in coordination with user, the contractor shall submit maintenance schedule for COR approval. The maintenance schedule shall not disrupt the operational aspects of the workshop 11. Repair and Minor Construction. At the direction of the Contracting Officer, the contractor shall provide all labor, equipment, and materials necessary for minor construction and repairs needed to maintain the facility in operable condition. Upon receipt of the Government request for proposal, (RFP), the Contractor shall estimate the cost of performing work, including all labor, material, equipment, overhead, transportation, and other costs using standard accepted commercial estimating methods and provide such costs in a detailed firm, fixed priced cost estimate and submit a cost estimate that is easily reviewable by the Government using equivalent commercial estimating methods.. Should the Government accept the Contractors estimate; Notice to Proceed (NTP) will be issued to the Contractor as a firm, fixed-price modification order based on the scope of work provided with RFP. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. All responses shall be sent via e-mail to Michael.E.Taccino@usace.army.mil, Contracting Office Address: The U.S. Army Corps of Engineers, Middle East District, 201 Prince Frederick Drive, Winchester, VA 22602. Point of Contact(s): Michael Taccino, Contract Specialist Michael.E.Taccino@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-11-R-0036/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02325112-W 20101111/101109234344-17c75bc9cfaa8867043064f204ea436c (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.