SOLICITATION NOTICE
J -- Onsite preventative maintenance agreement to include emergency repairs for four (4) Cutler-Hammer CPX-9000 Variable Frequency Drives. - Attachment I
- Notice Date
- 12/7/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
- ZIP Code
- 20899-1640
- Solicitation Number
- SB1341-10-RQ-0044
- Archive Date
- 12/31/2009
- Point of Contact
- Joni L Laster, Phone: 301-975-8397, Mary Alice Powe, Phone: 301-975-8567
- E-Mail Address
-
joni.laster@nist.gov, maryalice.powe@nist.gov
(joni.laster@nist.gov, maryalice.powe@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment II Attachment I THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219 with a small business size standard of 500 employees. However this requirement is unrestricted and all interested Contractors may submit a quote. BACKGROUND: The National Institute of Standards and Technology (NIST) has four (4) Cutler-Hammer CPX-9000 variable frequency drives at the Gaithersburg, Maryland campus. These units are critical to the operation of ventilation systems. The Government intends to award a purchase order for a twelve (12) month base period with the inclusion of two (2), twelve (12) month option periods, not to exceed a period of three (3) years. SCOPE OF WORK: The Contractor shall provide preventive maintenance, repair and upgrade services for four Cutler-Hammer CPX-9000 variable frequency drives. The Contractor shall provide all support for project oversight, administration, parts replacement and technical execution of this contract. The Contractor is responsible for maintaining accurate records of project activities. All interested Contractors shall provide a quote for the following line items: Line Item 0001, Quantity One (1) Lot: The Contractor shall perform preventive maintenance, corrective maintenance, emergency services and upgrades as follows for four (4) each Cutler-Hammer CPX-9000 variable frequency drives for a period of twelve (12) months after date of award as follows: a. Semi-Annual Preventive Maintenance Site Services 1) Electronically check VFD internal logs for all event activity. 2) Visual, check the rectifier for burned or broken wires. 3) Visual, check connections for discoloration and proper torque. 4) Visual, check fuses on the DC capacitors, continuity when (applicable). 5) Measure and record phase-to-phase input and output voltages and currents. 6) Visual check equipment subassemblies, wiring harnesses, contacts and control components. 7) Inspect power capacitors for swelling and leakage. 8) Measure and record harmonic trap filter currents. 9) Measure and record voltage waveforms and currents input and output rectifier alternating current (AC) and direct current (DC) capacitors. 10) Clean and inspect systems fans, door compartment seals. 11) Vacuum clean compartment modules as required to remove all dust from modules internals. b.Annual Preventive Maintenance Site Services 1) Electronically check VFD internal logs for all event activity before shutting unit down. 2) Visual, check the rectifier for burned or broken wires. 3) Visual, check connections for discoloration and proper torque. 4) Visual, check fuses on the DC capacitors, continuity when (applicable). 5) Calibrate and record all electronics to system specifications. 6) Measure and record phase-to-phase input and output voltages and currents. 7) Check AC & DC Frequencies. 8) Perform temperature check on all breakers, connections and associated controls wires as required. (Perform Infra Red Scan of Cabinet Interior). 9) Visual check equipment subassemblies, wiring harnesses, contacts and control components. 10) Inspect power capacitors for swelling and leakage. 11) Measure and record harmonic trap filter currents. 12) Measure and record voltage waveforms and currents input and output rectifier AC and DC capacitors. 13) Verify Soft start and controls procedures. 14) Clean and inspect systems fans, door compartment seals. 15) Vacuum clean compartment modules as required to remove all dust from modules internals. 16) Replace air filters. c. Corrective Maintenance 1) Service will be provided as often as necessary at no additional charge due to normal wear and tear of equipment components. 2) When equipment components are found to be defective or marginally defective in accordance with the original equipment manufacturers specifications. 3) Service hours will be from 8:00 AM through 5:30 PM. same business day and or the next business for service completion. d. Emergency Services shall be provided 24 hours a day, 7 days a week Response times for normal hours and out of hours service phone calls shall be 1) Normal work hours of 8:00 AM through 5:30 PM shall have a response time of four hours or less from time notification is received from the Contracting Officer’s Technical Representative (COTR) or designated representative. 2) Non-duty hours shall have a response time four hours or less from time notification is received from the COTR or designated representative. 3) On Federal holidays, the response time shall be four hours or less from time notification is received from the COTR or designated representative. e. Parts Replacement Provide all needed replacement parts when providing preventive maintenance services. Cost of replacement parts shall be included on monthly invoices as needed. f. Firmware Upgrade Ensure that all variable frequency drives are utilizing the most recent firmware version. DELIVERABLES AND DELIVERABLE DUE DATES: The contractor shall provide the following deliverables: a. Progress Reports: Provide progress reports that document the following for the previous bi-annual test reports and service inspections: 1) Activities accomplished any problems, issues, risks, and recommendations that were brought to the attention of the COTR. 2) Planned activities for the next time period. Due no later than the 10th day of the next month b. Test report describing all maintenance and emergency service activities, infra red scan, system log data and test data results for each variable frequency drive. Due not later than 7 business days after completion of the maintenance, repair or upgrade. c. Safety and Health Plan is due not later than 3 days after contract award. PERIOD OF PERFORMANCE : The period of performance is 10 calendar days after contract award. All work shall be accomplished at NIST, Gaithersburg, Maryland. Normal duty hours are Monday through Friday 8:00 AM through 5:30 PM with the exception of Federal holidays or other official closures. The contractor shall comply with all requirements in the following attachments: a. Attachment 1: Outline of a NIST Safety and Health Plan for a Specific Contract. b. Attachment 2: Guidelines for Contractors and A/E Firms Performing Site Investigations and Fieldwork (Including Construction) at NIST, Gaithersburg, MD. OPTION LINE ITEMS: The following items are option line items. The contractor shall provide pricing for these items that shall remain valid for a period of three (3) years from the date of award. Award of option line items is solely at the discretion of the Government. Line Item 0002, Quantity One (1) Lot: (Option Year I) The Contractor shall perform preventive maintenance, corrective maintenance, emergency services and upgrades as follows for four (4) each Cutler-Hammer CPX-9000 variable frequency drives as defined in Line Item 0001 above for a period of one year after the expiration of the base year. Line Item 0003, Quantity One (1) Lot: (Option Year II) The Contractor shall perform preventive maintenance, corrective maintenance, emergency services and upgrades as follows for four (4) each Cutler-Hammer CPX-9000 variable frequency drives as defined in Line Item 0001 above for a period of one year after the expiration of option year I. Evaluation Criteria : Award shall be made to the lowest priced, technically acceptable Contractor that possesses the minimum required experience qualifications as stated under Relevant Experience below. Technical Capability: Technical capability shall be evaluated to determine the capabilities of the proposed services to meet or exceed the minimum required performance specifications as stated herein. Product literature or copies of the Contractor’s available maintenance agreements shall be evaluated to determine that the proposed maintenance agreement will meet or exceed all of the Governments required minimum specifications as reflected herein. Relevant Experience: The Contractor shall have at least five years of experience in maintaining, repairing and upgrading Cutler-Hammer CPX-9000 variable frequency drives or any experience in variable frequency drives maintenance for 600 horse power drive systems. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electrically at the/these addresses: http://www.arnet.gov/far/ and http://oam.ocs.doc.gov/CAPPS_car.html. FAR 52.212-1, Instructions to Offerors - Commercial Items (NOV 2007) : CAR 1352.215-73 Inquiries (MAR 2000) CAR 1352.216-70 Contract Type (MAR 2000) This is a firm-fixed price type contract for full service and preventative maintenance agreements. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (NOV 2007). NOTE: Offerors may include paragraph (b) through (k) with quote OR enter electronically at https://orca.bpn.gov/ and submit paragraph (l) with quote. FAR 52.212-4, Contract Terms and Conditions Commercial Items (FEB 2007), FAR 52.203-3, Gratuities (Apr 1984) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.232-18, Availability of Funds (APR 1984) CAR 1352.201-70, Contracting Officer's Authority (MAR 2000) CAR 1352.208-70, Printing (MAR 2000) CAR 1352.209-73, Compliance With The Laws (MAR 2000) CAR 1352.233-70, Harmless From Liability (MAR 2000) CAR 1352.252-71, Regulatory Notice (MAR 2000) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FEB 2008) Commercial Items including subparagraphs: 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Terms of the Contract; (a) The Government may extend the term of this contract by written notice to the Contractor within ten (10) days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least thirty (30) days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. 52.222-3, Convict Labor; 52.222-19, Child Labor – Cooperation w/ Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-48, Exemption from Service Contract Act; 52.225-3; Buy American Act-Free Trade Agreements-Israeli Trade Act 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. In order to comply with the Debt Collection Improvement Act of 1996, ALL CONTRACTORS must be registered in the Central Contractor Registration (CCR) to be considered for an award of a Federal contract. For information regarding registration in CCR, contact the CCR website at www.ccr.gov/index.cfm. Additionally, each Offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number. All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses all of the above line items; 2) An original and one (1) copy of the technical description and/or product literature which shall clearly demonstrate that the quoted services meet or exceeds all of the Governments minimum required specifications; 3) Description of commercial warranty, and 4) a copy of the current published price list. This is an Open-Market Combined Synopsis/Solicitation for equipment maintenance services as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” OR The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror’s FSS or GWAC contract, and the statement required above shall be included in the quotation. All quotes must be received not later than 3:00 PM local time, on December 16, 2009 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B125, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attn: Joni Laster. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Joni L. Laster) @ joni.laster@nist.gov. Because of heightened security, FED-EX, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 24-hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-8397. NIST is not responsible for late delivery due to the added security measures. In addition, offerors/quoters who do not provide 24-hour notification in order to coordinate entrance to the NIST campus shall assume the risk of not being able to deliver offers/quotes on time. The Government is not responsible for the amount of time required to clear unannounced visitors, visitors without proper identification and without complete information that would allow delivery (i.e. point of contact, telephone POC, bldg., room number, etc.). If 24-hour notification was not provided, it is suggested your company representative or your courier service arrive at NIST at least 90 minutes prior to the closing time in order to process entry to the campus through the visitor center and complete delivery. Notice shall include the company name, name of the individual making the delivery, and the country of citizenship of the individual. For non-US citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. E-mail quotes ARE acceptable. Fax quotes will NOT be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0044/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN02018588-W 20091209/091207235239-b42be31f3735c56ac1e34df992fee079 (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 |