Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
SOLICITATION NOTICE

J -- Caterpillar Emergency Generator Maintenance

Notice Date
3/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
 
ZIP Code
95652
 
Solicitation Number
H94003-12-Q-0003
 
Archive Date
4/7/2012
 
Point of Contact
Phillip A Takacs, Phone: 9162311512
 
E-Mail Address
takacs@dmea.osd.mil
(takacs@dmea.osd.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services in accordance with FAR Subpart 12.6 as supplemented with additional information included in this notice. Proposals shall be valid for a minimum of 60 days. This announcement constitutes the solicitation. The duration of this order is a basic year and 4 option years. This requirement has a NAICS code of 811310 with dollars $7M. This is a 100% small business set aside. The request for quote (RFQ) reference number is H94003-12-Q-0003. The place of performance is Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, CA 95652. Qualifications: The successful contractor shall be able to perform timely and cost effective Preventative Maintenance (PM), authorized remedial and emergency maintenance, and authorized over-and-above work as needed to support the DMEA generator or Automatic Transfer Switch (ATS). The successful firm must have 5-years of experience conducting maintenance and rebuilding large Caterpillar Generators (greater than 750KW) and must have adequate staffing to meet the 7/24/365 emergency response time. The contractor shall replace generator consumable items (e.g. filters, belts) and perform PM actions (such as changing the oil and doing adjustments) based on Technical Exhibit 1 as well as inspect to confirm proper operation. The contractor shall perform remedial maintenance activities based upon issuance of a work order or credit card authorization from the Contracting Officer's Representative (COR) or Contracting Officer. Remedial maintenance includes replacement of batteries, hoses, spark plugs, and similar non frequent repair actions based on service recommendations from the contractor. This can also include rental of a temporary portable generator or ATS if needed while the DMEA systems are down. The contractor shall perform over-and-above activities based upon issuance of a work order from the Contracting Officer or credit card authorization. Over-and-above work could include modifications or additions beyond normal maintenance activities. These requirements can be generated by the DMEA Facility Engineer or by the contractor to improve system operation, efficiency and reliability. For contractor suggested modifications, the written quote shall include an explanation of why the enhancement is recommended. All responsive offers shall include the following: Firm's qualifications Warranty period offered Response times for emergency maintenance Preventative maintenance costs for year 1 and 4 option years. Firm fixed cost quote good for 12-months to repair, replace or rebuild the two Recore radiators with 1 year warranty on parts and labor. Offer shall include the total time required for the repair (generator down time). Repair cost to include all crane fees, labor hours and all needed materials including replacement coolant and proper disposal of the existing coolant. Firm fixed cost for a 1 MW rental generator during the period of the radiator repair. Cost will include all cabling, hook-up, removal, delivery, pick-up, hauling and other costs except fuel used. Verification that the offeror will provide a portable resistive load bank with selectable load settings up to and including 1 MW for the annual testing. Work. The contractor and their staff shall abide to the following: As a DoD facility, all contractor personnel on-site must be US citizens. The DMEA facility is access controlled and all personnel are required to have a background check in advance of working at the site. The contractor shall submit background check release forms and badge requests forms for all personnel expected to work on this project at least 4-weeks prior to project start. The on-site contractor personnel will be issued a badge each day while on site and shall return their badge to DMEA security personnel at the end of the day or when leaving the site. Any contractor personnel arriving at DMEA without a pre-arranged badge request and background check shall not be allowed to access the DMEA facility. For security and facility access purposes, the contractor shall assign specific technicians to the DMEA work. All work under this Statement of Work (SOW) shall be coordinated with a member of the DMEA Facility Team (Facility Engineer, COR, Facility Manager) and shall be done during normal business hours, Monday-Friday between 0630-1530 hours. Work Permits: DMEA has an extensive gas alarm system and fire alarm system that is susceptible to activation from contractor activities (solvent use, grinding, welding, soldering, refrigerant work, etc.). DMEA lab, clean room and security systems are sensitive. Therefore, to avoid potential alarms and subsequent facility evacuations caused by contractor activities, the contractor's technician shall submit a work permit with assistance from the DMEA facility/environmental team for any work that involves the items listed below. The forms will be reviewed, evaluated and approved by the DMEA facility and environmental / safety team before work is initiated. Repeated failure to obtain a work permit when required, or fire/gas alarms caused by improper work may, at the discretion of DMEA, be reason for default action under the terms of the contract. Hot Work: Such as soldering, brazing, welding, or grinding. Solvents/chemicals/gases such as alcohols, paint thinners, aerosol cans, refrigerants (R-123 and others), odorous materials, paints and epoxies, adhesives including contact cement, PVC and ABS glue, etc. Electrical Work (energized and shut down) such as wiring, panel work, and new equipment connections. Safety: The Contractor shall provide and use safety cones/signs alerting DMEA personnel when work is being performed in walkways (ATS inspections) or other pedestrian areas. The contractor shall not leave any electrical boxes or panels open and unattended and shall use safety cones and signs when electrical hazards are present. Cleanup: All Contractor supplies, equipment, and tools shall be kept out of traffic lanes or other areas where they might be a safety hazard unless it is absolutely essential for the performance of the repairs being made, and then properly coned off to reduce the hazard. Disposition of all parts, trash, and debris shall be accomplished at the completion of work, and area shall be thoroughly cleaned before Contractor leaves the area. Contractor shall remove and properly dispose of any contractor generated hazardous materials along with their containers that were used on site while performing their work. The contractor shall identify any hazardous materials necessary to perform preventative or remedial maintenance and provide a copy of the applicable material safety data sheet to the Contracting Officer's Representative and Contracting Officer. A copy of SOW with technical exhibits and complete requirements is available from the Contract Specialist identified below. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-56. The following FAR clauses apply: 52.212-1, Instructions to Offerors - Commercial; 52.212-2 Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items with Alt 1and 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; 52.217-8, Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-41 - Service Contract Act of 1965. DFARS clause 252.212.7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of commercial Items and 252.232-7010, Levies on Contract Payments. Contractors must be registered in the Central Contractors Registration (CCR) prior to award. DPAS Rating is S10. A site visit will be held at DMEA on Tuesday, 20 March 2012 at 10:00 AM. For those wishing to attend the site visit and for a copy of the RFQ, Wage Determination, evaluation criteria, and Statement of Work (SOW) please contact Phillip Takacs at takacs@dmea.osd.mil. Offers shall be received in DMEA by 4:00 pm (pacific) Friday, 23 March 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/H94003-12-Q-0003/listing.html)
 
Place of Performance
Address: 4234 54th Street, McClellan, California, 95652, United States
Zip Code: 95652
 
Record
SN02691753-W 20120310/120308234623-9cd7135de82ce68e80aadefe2f34798b (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.