Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SOLICITATION NOTICE

J -- HIGH VOLTAGE R&D ELECTRICAL EQUIPMENT OPERATION & MAINTENANCE Services - Solicitation 5TP57110012 Sec A-B-C-D-E

Notice Date
5/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), FAS Acquisition Operations Division (5QZA), 230 S. Dearborn Street, Room 3280, Chicago, Illinois, 60604, United States
 
ZIP Code
60604
 
Solicitation Number
5TP57110012
 
Archive Date
6/21/2011
 
Point of Contact
Eben R. Greybourne, Phone: (312) 886-3811, Eben R. Greybourne, Phone: (312) 886-3811
 
E-Mail Address
eben.greybourne@gsa.gov, eben.greybourne@gsa.gov
(eben.greybourne@gsa.gov, eben.greybourne@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The following editable document is provided should you choose to use it to enter prices. Alternately, offerors can submit pricing in a spreadsheet. Solicitation Sections E1 Solicitation Instructions, E2 Solicitation Instructions Addendum and Subcontracting Plan template, E3 Proposal Evaluation Criteria, E4 Vendor Representations & Ceertifications Solicitation Section D8 Wage Determination Solicitation Section D7 QASP (Quality Assurance Surveillance Plan [Performance mesaures and report]) Solicitation Sections D3 Pkg & Marking, D4 Inspection & Acceptance, D5 Delivery & Performance, D6 Administrative Info Solicitation Section D2 PWS (Performance Work Statement) Appendices Solicitation Sections D1 Schedule of Items & Prices, and D2 PWS (Performance Work Statement) Solicitation Sections A, B & C - Cover page and Terms & Conditions OPENING STATEMENT: This notice announces the release of solicitation 5TP57110012 for HIGH VOLTAGE R&D ELECTRICAL EQUIPMENT OPERATION & MAINTENANCE SERVICES. This solicitation is for commercial services based on a previous announcement issued in January 2011. Proposals are due on 6 June, 2011. Solicitation documents are attached. Submit any questions regarding this solicitation as soon as possible, but by 25 May, 2011 at the latest so there will be sufficient time for the Government to respond before proposals are due. REQUIRING ACTIVITY: This is a requirement of the U.S. Air Force Research Laboratory, Propulsion Directorate (AFRL/PR), Engineering Support Branch (AFRL/RZOEE), Building 18 Room 2B, 1950 Fifth Street, Wright Patterson AFB, Ohio 45433-7251. AFRL/PR is responsible for development of aircraft propulsion systems. As part of this responsibility AFRL/PR provides and maintains all electrical systems and equipment that support its propulsion research and development efforts. This includes maintenance of all electrical systems throughout the R&D facility. The vendor selected to fulfill this requirement will support this AFRL/PR mission objective. SYNOPSIS OF THE REQUIREMENT As prescribed by FAR 5.207, the following information is provided. (1a) National Stock Number (NSN) if assigned: Not Applicable (1b) NAICS Code: 238210 Electrical Contractors and Other Wiring Installation Contractors (1c) Product Service Code: J059 - Maintenance and repair of electronic and electrical equipment (1d) Small Business Size Standard: Average annual receipts over the past three years not exceeding $14 million. (2a) Specification/Description of Requirement (summary): General Scope - The contractor shall provide all personnel services, test equipment, tools, materials, vehicles, and sub contracting necessary to perform non-personal services for operations and maintenance of High Voltage Electrical Supply and/or Distribution Systems supporting the in-house research and development mission programs at the Propulsion Directorate, Air Force Research Laboratory (AFRL/RZ), Area B, Wright-Patterson AFB. Under this contract the Contractor shall perform the following services - Type of electrical services - •· Inspect, repair, adjust, calibrate, modify and maintain R&D electrical supply and distribution systems and facilities listed on this contract. •· Perform preventive maintenance (PM) on motor-generator (M-G) sets, switchgear, motor control equipment, air circuit breakers, high voltage rectifiers, cooling systems and/or other specialized equipment, provided on the electrical test plan and schedule. •· Provide electrical engineering services for the covered equipment for system studies, preparation of schematics, electrical test and checkout and/or other tasks requiring this specialized expertise -- Computer-Aided Design/Computer-Aided Engineering (CAD/CAE) services •· Provide electrical designs including generating new drawings and updating of existing electrical system documentation. •· Provide labor to maintain electrical equipment areas clean and free of all dirt, dust, debris, oil and other materials that could impair the proper operation of electrical equipment contained in the areas. •· Installation of electrical equipment •· Removal and replacement of electrical equipment •· Electrical acceptance testing •· Electrical engineering services in support of equipment and system maintenance and modification •· Purchasing electrical equipment, parts, supplies, and subcontracted services (including invoicing and payment) •· Receiving and inspection of purchased items and services •· Storage and inventory of electrical equipment, parts, and supplies •· Manage issuance and receipt of electrical equipment, parts, and supplies to and from users •· Disposal of electrical equipment, parts, and supplies, including disposal of any associated hazardous materials. •· Keeping records and making reports of all electrical equipment, parts, supplies, and services. Type of equipment serviced - •· Low, medium, and high voltage cable splicing •· Low and medium voltage rotating equipment •· Low, medium, and high voltage supply and distribution equipment and systems in support of Research and Development facilities. Specific Requirements: •· Staff - The Government anticipates a contractor staff of approximately 15 people to include a manager, foreman, professional electrical engineer, CAD electrical designer, secretary/administrative, electrical cleanup operator, and electricians. Due to the unique nature of much of AFRL/RZ's R&D electrical rotating and distribution equipment, the PWS requires the contractor to provide an electrical engineer, who is a registered professional engineer, and journeyman electricians with very specific qualifications. •· Meter / Relay Repair - At least one electrician shall have a watch maker's background with at least two (2) years experience in electro-mechanical and solid state meter / relay repair and calibration. •· Lead Cable Splicer - At least one electrician shall be a qualified cable splicer experienced in splicing lead covered low, medium, and high voltage cable. •· InterNational Electrical Testing Association (NETA) Certification - The company must be a fully qualified NETA accredited company. At least two electricians shall be NETA certified level three (3) or better. •· Electricians - All contractor employee electricians shall have five or more years experience with industry and construction where the National Electrical Code is applied and/or five or more years experience with electrical testing where NETA or an equivalent credited testing organization's practices, rules, and procedures is applied and shall have been entered and successfully completed an approved apprenticeship and training program for journeyman electricians in accordance with the local trade agreement. •· Computer- Aided Designer- The contractor employee shall have either an associates degree in an engineering field from an accredited college or university with at least six (6) years of related technical experience. Additionally, the CAD Designer shall have at least five years experience with Micro Station V8. •· Professional Engineer - The person performing in this position shall be an Ohio state Professional Engineer in the electrical engineering field and shall hold a valid license throughout the duration of the contract •· Primary Business/Core Competency - The contractor's business shall be primarily in the technical testing and maintenance of electrical materials, devices, appliances, electrical installations and systems for the purpose of keeping equipment in optimal operating condition and preventing injury to persons or damage to property and other equipment. •· Project Manager - The person performing in this position shall have a college degree of B.S. or better in an engineering technical field with over 5 years experience managing electric technicians and other services that support this type of contract including the other specific requirements mentioned in this synopsis. •· Business Credentials - The contractor shall have been in this business for a minimum of five years (5) and be in good financial standing. •· Electrical Test Equipment: The Government will provide test equipment; however, the PWS requires that the contractor be capable of providing, within a 24-hour period, a considerable list of backup electrical test equipment that are specialized, expensive, and intended for use in medium and high voltage applications up to electrical substation level. This equipment is normally used by contractors whose primary work is testing, maintenance and repair of medium and high voltage electrical distribution equipment, versus the electrical construction and equipment installation industry. •· Call Services: The PWS requires that the contractor be capable of providing emergency services. (2a) Special Eligibility Qualifications: The Contractor must be a fully qualified and currently accredited InterNational Electrical Testing Association (NETA) company. Employees must have InterNational Electrical Testing Association (NETA) and National Electrical Code experience. Selected Contractor employees must have a current SECRET security clearance to perform this work. (3) Manufacturer: Not Applicable (4) Size, dimensions, or other form, fit or functional description: Not Applicable (5) Predominant material of manufacture: Not Applicable (6) Quantity, including any options for additional quantities: Approximately 15 FTE (Full time equivalent) positions plus materials using a combination of fixed price and time & material pricing. (7) Unit of issue: Not Applicable (8) Destination information: End items shall be delivered to, and services perform at, AFRL/PR at Wright Patterson AFB, Ohio (9) Delivery schedule: As prescribed in the contract and in individual job order/service requests. (10) Duration of the contract period: potential for 5 years (one-year base period and 4 one-year option periods) (11) Contract award -- (i) A description of the procedures to be used in awarding the contract: Open Market request for proposals. The Government will select a contractor that meets the NETA eligibility requirements stated in the solicitation and offers the Government the "best value" based on corporate experience, employee credentials, past performance, and price. (ii) The anticipated award date. 1 July 2011 (12) Architect-Engineer project Information: Not Applicable (13)(i) FAR clause at 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause: Not Applicable (ii) FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause: Not Applicable (iii) FAR clause at 52.225-11, Buy American Act-Construction Materials Under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Other Manufactured Goods-Buy American Act-Construction Materials Under Trade Agreements, or an equivalent agency clause: Not Applicable (14) Non-Competitive Information: Not Applicable (15) Fair Opportunity/Award Consideration: This requirement is being solicited on a full and open basis. All eligible vendors are encouraged to participate. (16) Solicitation Availability: The solicitation is immediately available with this announcement through this GPE (Government-wide Point of Entry) portal (FedBizOpps). A written (hard copy) solicitation will not be issued. (17) Electronic Data Interchange: Not Applicable (18) Technical Data Source: Solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5a58431b2c8dfe9545ec6e21d4df050d)
 
Place of Performance
Address: AFRL Propulsion Directorate, 1950 Fifth St, Wright Patterson AFB, Ohio, 45433-7251, United States
Zip Code: 45433-7251
 
Record
SN02438995-W 20110505/110503234756-5a58431b2c8dfe9545ec6e21d4df050d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.