SOURCES SOUGHT
Z -- Maintain, repair, and alter systems, and equipment located in building CB-125 to ensure they are fully functional and operational.
- Notice Date
- 8/18/2009
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Mid-Atlantic, N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008509R5084
- Response Due
- 9/4/2009
- Archive Date
- 9/19/2009
- Point of Contact
- Erin Quimby erin.quimby@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Facility Investment Services for facility CB-125 at Naval Amphibious base Little Creek, Norfolk, Virginia. The Contractor shall maintain, repair, and alter systems, and equipment located in building CB-125 to ensure they are fully functional and operational. A combination Firm Fixed Price (FFP) and Indefinite Delivery-Indefinite Quantity (IDIQ) type contract is anticipated. The FFP work will consist of regular and emergency trouble calls that will include a wide variety of work, development and implementation of a Preventive Maintenance (PM) program, and other recurring services. The Contactor shall perform regular trouble call work in a timely manner and ensure facility systems and equipment are restored to a safe, operable condition and functions properly. The emergency trouble call work requirement will require the Contractor to be available to perform these emergency trouble calls 24 hours a day, seven days a week throughout the contract period and respond to emergency trouble calls and arrest emergent conditions to minimize and mitigate damage to facilities, systems and equipment, and danger to personnel. The contractor shall develop and implement a PM Program for systems and equipment to ensure proper operation, to minimize breakdowns, and to maximize useful life based on an economical approach, manufacturers' recommended procedures, OEM standards, and maintenance required to satisfy equipment warranties. The Contractor shall perform PM for Make-Up Air System, Dust Collection System, Paint Stack Exhaust Fan System, Dust Collection Exhaust Fan System and equipment to ensure proper operation, to minimize breakdowns, and to maximize useful life. The Make-Up Air System is a Rupp model CFA-233, 50-HP, Gas Fired Heating Units located on the exterior of Building CB-125. The Contractor's PM should include the replacement of the Make-Up Air Unit air filters. Each Make-Up Air System contains 42 each 20"X 25"X 2" Purolator Model 312 air filters. The Dust Collection System consists of four each, Dustex model CUJD-15.00, dust collectors located on the exterior of the building. Each dust collector contains 60 each 3-ft X 1-ft bag filters. The filters are Dustex Model C67-1013-U1. The Paint Stack Exhaust Fan System consists of eight 30-HP belt Driven Exhaust Fans located above the roof of the building. The exhaust fans are labeled EF-12.EF-13, EF-14, EF-15, EF-16, EF-17, EF-18 AND EF-19. The Dust Collection Exhaust Fan System consists of four, 200HP belt driven, exhaust fans located on the exterior of the building adjacent to the dust collectors. The exhaust fans are labeled EF-21, EF-22, EF-23 and EF-24. The Contractor shall also perform Preventive Maintenance (PM) Programs for the Grit Reclaim System, the Pit Ventilation System, Supervisory Control Panel System, Heat Ventilator System and associated equipment to ensure proper operation, to minimize breakdowns, and to maximize useful life. The Grit Reclaim System consists of two 7.5-HP under-floor grit auger systems, two 3-HP grit mini-auger and elevator systems and two, DUSTEX model CJU-400, 5-HP reclaim pit dust collector units. The Contractor should include within the PM the replacement of the reclaim pit dust collector filters which each reclaim dust collector unit consists of (8) Dustex Model C67-01001-U1 bag filters. The Pit Ventilation System is located in the grit reclaim room and consists of two (one for each bay) Leeson, Model C6T94FB1D, 1-HP Blower and two wall mounted Gas Tech, model 1620 Gas Alarm Carbon Monoxide Monitors. These monitors sense the air in the two under-floor grit reclaim pits. The carbon monoxide monitors shall be certified for proper operation quarterly and when ever the units are serviced or go into an alarm condition. The Supervisory Control Panel is located in the building control room. The system includes a Allen Bradley PLC (the Government maintains a copy of the PLC software), Model SLC 5-04 CPU complete with power supplies and I/O modules; magnetic relays, push buttons, selector switches, fuses and pilot indicators. The Heat Ventilator System consists of two roof mounted, REZNOR model RDF1-50, 3-HP heat ventilators rated 4,000 CFM. (HV-1 & HV-2) The Contractor shall perform PM on the Air Compressor System, the Air Dryer System, and Breathing Air Purifier with Carbon Monoxide Monitoring System and associated equipment to ensure proper operation, to minimize breakdowns, and to maximize useful life. The Air Compressor System consists of two Ingersol-Rand model SSR-EP200, 200-HP, 892 CFM air compressors and one Ingersol-Rand model SSR-EP505E, 50-HP, 194 CFM air compressor located in the building mechanical equipment room. The Air Dryer System consists of one Ingersol-Rand model T-59A, dryer, (R404-A refrigerant) and one Ingersol-Rand model TS-1000 dryer, (R407AC refrigerant) located in the building mechanical equipment room. The contractor's PM program for the Air Compressor System and the Air Dryer System shall be developed based on manufacturers' recommended procedures, OEM standards, MO-206 Maintenance and Operation of Steam, Hot Water, and Compressed Air Distribution Systems, for applicable systems and components. The Breathing Air Purifier with Carbon Monoxide Monitor System consists of two Dominick Hunter model BA-DME050 breathing air purifiers compete with two Deltec Series 1000 carbon monoxide monitors. The system is located in the building mechanical equipment room. The Contractor shall test air samples at the air purifier and certify the air purifier system and carbon monoxide monitors quarterly and whenever the system is serviced or goes into an alarm condition. The Contractor shall replace the filters and desiccant per OEM requirements. The Contractor shall perform PM on the Pneumatic Distribution System as well. The Pneumatic Distribution System consists of approximately 600LF of piping, fittings, valves, supports and regulators run throughout the entire facility. The Contractor shall develop and implement a program to perform semi-annual Gauge Calibration to ensure proper operation, accurate displays, and to maximize useful life. The work will consist of periodic calibration, testing, adjustment and inspection of pressure and vacuum gauges. Each gauge shall be stamped with the months date and year of calibration. The IDIQ work may be ordered utilizing DoD EMALL or on a Task Order, on a need basis. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Upon review of industry response to the Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the government's best interest. This office anticipates award of a contract for these services be April 30, 2010. The appropriate NAICS code for this procurement is 811310. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested Small Businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address, as a minimum, the following:(1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein.(2) Company Profile to include the following:1. Number of Employees2. Office Location(s)3. DUNS number4. CAGE Code5. Small Business designation/ status claimedRESPONSES ARE DUE NLT SEPTEMBER 4, 2009, 2:00 P.M. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval facilities Engineering Command, Mid-Atlantic, HR IPT9742 Maryland Avenue(BLDG Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: Erin Quimby ELECTRONIC SUBMISSION WILL NOT BE ACCEPTED. Questions or comments regarding this notice may be addressed in writing to Erin Quimby via email at erin.quimby@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5084/listing.html)
- Record
- SN01916249-W 20090820/090819000758-1caeb76e85d30a33a46f6c111b7d48f8 (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 |