Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 12,1998 PSA#2093

89th Contracting Squadron, 1419 Menoher Drive, Andrews AFB, MD 20762-6500

J -- MISCELANEOUS ELECTRIC POWER AND DISTRIBUTION EQUIPMENT SOL FA4416-98T0546 DUE 060898 POC Jim Kinslow (301) 981-2315 17. This is a combined synopsis/Request For Quotation (RFQ) 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 90-41. This acquisition is a 100% small business set aside. If inadequate response is received from small businesses, the solicitation will be issued as unrestricted without further notice. The SIC code is 1731 size $7.0 million. Delivery shall be FOB Destination to Andrews AFB, MD. Responses to this RFQ must be received by 8 June 98 no later than 4:00 p.m. Eastern Standard Time. Delivery and Finance addresses will be provided upon award. Award is to be based on the following factors: (1) Offerors are required to document past performance with regard to the ability to provide the repair work described in the performance work statement; (2) Ability to complete repairs within a specified time frame and (3) Price. Past performance and delivery time rate considerably higher than price. SPECIFICATIONS/PERFORMANCE WORK STATEMENT: The contractor shall provide all plant, labor, equipment, tools, personnel, transportation, materials, technical supervision, repair reports, and services necessary to perform all operations in connection with the repair of the East Substation located at bldg. #3297 on Andrews AFB, MD. The following repair work shall include materials and labor: 1. Replace A&B main bus insulation barrier windows. 2. Repair or replace severely deteriorated A&B main bus insulation. 3. Replace primary load sides disconnect bottles for the circuit breakers and cells. 4. Replace cubicle and bus cell space heaters, wiring, and thermostats that failed. (Moisture build up is contributing to the bus bar failure) 5. Replace inter-phase barriers on four 15kv-circuit breakers. 6. Modify B-bus main breaker shutter to prevent dragging on the breaker bushing studs. 7. Replace the original toggle switch on the breaker test stand that failed. PLEASE NOTE: The access to each compartment is only through the bottom front of the breaker cells and the rear cell compartment. The working space is limited at each location and the power to each side of the substation will have to be de-energized at times depending on how extensive an outage is taken and if the outages will be taken in different phases. After repair work, the contractor shall perform operational tests, to include meager and high potential tests and level of voltage applied. The contractor shall provide (4) copies of the repair report to the Government's QAE following completion of this contract. The report shall include as a minimum: 1. Equipment identification 2. Results of meager and high potential tests and level of voltage applied 3. Any repairs that are not covered by this contract 4. Suitabilityof equipment for continued service 5. Equipment installed: type, manufacturer, model number, and rating 6. Statement of successful operational test The contractor shall conform to base regulation and directive pertaining to security. Normal work hours are as follows: 7:30a.m. to 4:00 p.m. The contractor is not allowed to work the following days: New Years Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. Inspections: The QAE shall inspect all work as completed. A site visit has been scheduled for 18 May 98 @ 1:00 p.m. This installation has controlled access; therefore, those wishing access must submit the names and social security numbers of attendees (no more than three attendees per company) on company letterhead to this office by close of business on 15 May 98. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offorers-Commercial Items; FAR 52-212-3, Offeror Representations and Certifications-Commercial Items; FAR 52-212-4 Contract Terms and Conditions-Commercial Items; FAR 52-23-18, Availability of funds and all other applicable clauses will be incorporated into the Purchase Order. All inquiries and concerns must be addressed in writing. Facsimile requests and proposals will be accepted. No collect calls will be accepted. ESTIMATED PERIOD OF PERFORMANCE: 16 Jun -- 31 Jul 98. BID SCHEDULE: Description Materials & Labor 1. Replace A&B main bus insulation barrier windows = $__ __ __ __ ____ 2. Repair or replace severely deteriorated A&B main bus insulation = $__ __ __ __ ____ 3. Replace primary disconnect bottles for circuit breakers and cells = $__ __ __ __ ____ 4.Replace cubicle and bus cell space heaters, wiring, and thermostats = $__ __ __ __ ____ 5. Replace inter-phase barriers on four circuit breakers = $__ __ __ __ ____ 6. Modify B-bus main breaker shutter on breaker bushing studs = $__ __ __ __ ____ 7. Replace the original toggle switch on the breaker stand = $__ __ __ __ ____ Total cost of all line items (1 -- 7) = $__ __ __ __ ____ (0128)

Loren Data Corp. http://www.ld.com (SYN# 0055 19980512\J-0011.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page