Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2011 FBO #3567
SOLICITATION NOTICE

J -- Emergency Generator Preventative Maintenance - RFQ Package

Notice Date
8/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-11-Q-XCC001
 
Archive Date
9/27/2011
 
Point of Contact
Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
 
E-Mail Address
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work, FAR Clauses & DOL Wage Determination. 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. HSCG27-12-Q- XCC001 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 811219 and the small business size standard is $7.0 M. The FOB Destination delivery is to: USCG CAMSLANT, 4720 Douglas A Munro Road, Chesapeake, VA 23322 and to USCG Transmitter Site Pungo, 1900 Indian River Rd, Virginia Beach, VA 23456. Offers are due at USCG BSU Portsmouth, VA, by the Close of Business on September 9, 2011. Questions may be directed to Angel L. Pol, telephone (757) 483-8541 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: MK1 Dennis Hook (757) 421-6257 (CAMSLANT) MK1 Daniel Payne (757) 421-6407 (Pungo Site) USCG CAMSLANT has a requirement for: Monthly preventative maintenance for (2) two Emergency Generators. One installed at USCG CAMSLANT Receiving Site, 4720 Douglas A. Munro Rd, Chesapeake, VA 23322 and one at USCG Transmitter Site Pungo, 1900 Indian River Rd, Virginia Beach, VA 23456. This request is for an option agreement contract for a base year and 4 option years. Base Year (10/1/11 - 9/30/12) Option Year 1 (10/1/12 - 9/30/13) Option Year 2 (10/1/13 - 9/30/14) Option Year 3 (10/1/14 - 9/30/15) Option Year 4 (10/1/15 - 9/30/16) 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to perform monthly Preventative Maintenance Inspections on two emergency generators. One generator (Caterpillar - Engine Model 3456 / Generator Model # LC6) is located at U.S. Coast Guard CAMSLANT Receiving Site 4720 Douglas A. Munro Road, Chesapeake VA 23322, and the other generator (Caterpillar - Engine Model C27 / Generator Model # SR4B) is located at U. S. Coast Guard Transmitter Site Pungo, 1900 Indian River Road, Virginia Beach, VA. 23456. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work ready for use by 10 working days after contract award. 3. SCOPE OF WORK: The contractor shall maintain a comprehensive maintenance program on (2) emergency generators based on manufacture recommendations as well as industry standards. Service for each generator will include but is not limited to monthly (12 yearly) inspections on each generator, and semi-annual oil/filter change (2 yearly) on each generator. The contractor shall run each generator for a minimum of 30 minutes while completing inspection checks and insuring proper operation.  At the end of each visit, regardless of the purpose of the visit, the contractor shall provide to the on site Contracting Officer's QAE Representative a written report in such detail that describes the work performed, parts replaced, deficiencies, and recommendations for improvement.  The contractor shall provide all parts, cleaning gear, lubricants, materials and equipment necessary, for performing "Preventive Maintenance".  The contractor shall establish and utilize a means for receiving via telephone, answering service, etc., emergency service call work authorizations 24 hours per day, seven days a week, including weekends and holidays at no additional cost to this contract. The 24 hour call-back service will be used for notifying the contractor of abnormal operations within the generator system. The call-back service personnel shall arrive at the CAMSLANT Receiving Site or Pungo Transmitter Site within four (4) hours after receipt of the emergency service call. All emergency service call work will be paid via separate purchase order or credit card. "SYSTEM COMPONENT LIST" For EMERGENCY STANDBY GENERATORS/SWITCHES/CONTROL CAMSLAT - Caterpillar - Engine Model 3456 / Generator Model # LC6 Pungo - Caterpillar - Engine Model C27 / Generator Model # SR4B Preventative maintenance inspections and servicing are completed monthly and shall include but is not limited to the following: COOLING SYSTEM: 1. Engine coolant level 2. Radiator core/heat exchanger 3. Coolant lines/connections/hoses & connections 4. Jacket-water heater(s) 5. Drive belts 6. Gasket/Seals Note: Contractor is responsible for replenishing of necessary fluids where there is an unsatisfactory rating. ELECTRICAL SYSTEM: 1. Battery(s) electrolyte level/specific gravity 2. Battery compartment/heater cooperation 3. Battery connections/cables/casing 4. Shutdown mechanisms 5. Electrical starter/alternator generator 6. Electrical system, accessories & components 7. Control panel/switchgear Note: Contractor is responsible to inspect indicator lights, indicator lamps, gauges, switches, relays, contactors, solenoids, coils, voltage regulators, sensors, fuses, pressure sensing switches, transformers, power supplies, battery cables and connections. AIR INDUCTION & EXHAUST SYSTEM: 1. Gasket/Seals 2. Air induction piping and connections 3. Turbocharger/blower 4. Exhaust manifold/piping/connections 5. Air Filters Note: Contractor is responsible for replacing air filters. POWER UNIT: 1. Generator structure 2. Clutch assembly (power take off) 3. Coupling(s) LUBRICATION SYSTEM: 1. Engine oil level 2. Engine oil sample 3. Oil leaks (hoses, connectors) 4. Engine governor oil level/linkage 5. Fan drive bearings 6. Generator bearings 7. Gauges and safety mechanism 8. Accessory drives Note: Contractor is responsible for replacing any and all engine oil, lubricant, filters and/or belts. FUEL SYSTEM: 1. Fuel tank/day tank operation 2. Fuel filters-primary/secondary 3. Fuel system components/hoses/piping 4. Gauges and Safety mechanism 5. Condensation/water in fuel 6. Fuel level 7. Gaskets/Seals Note: Contractor is responsible for replacing all fuel filters (primary and secondary) 4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit: CAMSLANT- Petty Officer Hook @ (757) 421-6257 / Pungo - Petty Officer Payne @ (757) 421-6407. 5. DESIGNATED CONTRACTING OFFICER'S QA EVALUATOR (QAE) REPRESENTATIVE: The designated contracting officer's QAE representative and Point of Contact for this project: CAMSLANT - Petty Officer Hook @ (757) 421-6257 / Pungo - Petty Officer Payne @ (757) 421-6407 Inquiries concerning any phase of the specification before or after award shall be made to CWO4 Rick Hawley @ (757) 421-6289. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the Contracting Officer's QAE representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours, he may submit his request in writing to the Contracting Officer's QAE Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer QAE Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the QAE Representative five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and last four (4) of SSN. The CAMSLANT Receiving Site and Pungo Transmitter Site Security Officer will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor's name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of Coast Guard CAMSLANT Receiving Site and Pungo Transmitter Site. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in Coast Guard Buildings. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (May 2011), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. (13) One copy of liability insurance certificate (14) One copy of business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C.351, et seq); 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Sep 2009)(29 U.S.C. and 41 U.S.C. 351); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Department of Labor Wage Determination No: 2005-2543, Revision No: 13, Dated 06/14/2010 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-11-Q-XCC001/listing.html)
 
Place of Performance
Address: USCG CAMSLANT Receiving Site, 4720 Douglas A. Munro Rd, Chesapeake, Virginia, 23322, United States
Zip Code: 23322
 
Record
SN02554578-W 20110831/110830000506-c23de349cef2aba0360e8fa5aca398e1 (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.