SOLICITATION NOTICE
J -- Maintenance for cryogenic tanks, liquid and gas systems, for 1 year and 1 option year
- Notice Date
- 5/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
- ZIP Code
- 00000
- Solicitation Number
- N6883612T0280
- Response Due
- 5/30/2012
- Archive Date
- 6/30/2012
- Point of Contact
- Linda F. Nelson 904-790-4624
- E-Mail Address
-
Business Email
(linda.f.nelson@navy.mi)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation 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; quotations are being requested and a separate written solicitation will not be issued. Solicitation number N68836-12-T-0280 applies and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-26 and Defense Acquisition Circular 91-19. The North American Industry Classification System (NAICS) code is 811310 and the business size standard is $7.0 mil. Fleet Contracting Center plans to procure the following: MAINTENANCE FOR CRYOGENIC TANKS, LIQUID AND GAS SYSTEMS, FOR 1 YR AND 1 OPTION YEAR, IAW ATTACHED STATEMENT OF WORK. Statement of Work Maintenance Service Agreement Cryogenic Tanks, Cryogenic Liquid and Gas Delivery Systems and Other Industrial Gas Storage and Delivery Systems 1.0 Scope: This Statement of Work describes scheduled and emergent maintenance services to be performed on Fleet Readiness Center Southeast (FRCSE) cryogenic tanks, cryogenic liquid and gas delivery systems and other industrial gas systems. 2.0 Applicable Documents: 2.1 Enclosure (1), FRCSE Cryogenic tanks and their associated systems. 2.2 Enclosure (2), FRCSE Other industrial gas storage and delivery systems. 2.3 Enclosure (3), FRCSE Temporary Environmental Controls Plan, dated 16 July 2010. 2.4 National Fire Protection Association standard NFPA 99, Standard for Health Care Facilities. 2.5 National Fire Protection Association standard NFPA 70, National Electrical Code. 2.6 American Society of Mechanical Engineers, Boiler and Pressure Vessel Code, Section VIII, Unfired Pressure Vessels. 2.7 American Institute of Plumbing Engineers, Codes and Standards. 2.8 National Electrical Manufacturers Association, Codes and Standards. 2.9 Underwriters Laboratories, Codes and Standards. 2.9 Occupational Safety and Health Administration (OSHA) Code of Federal Regulations (CFR) 1910.101 through 1910.104, 1910.106 and 1910.111. 3.0 General Requirements: 3.1 Scheduled Maintenance: The Contractor shall perform standard original equipment manufacturer (OEM) recommended preventive and scheduled maintenance, calibration and system inspections of equipment listed in Enclosures (1) and (2). System inspections shall be performed twice per year. Inspections will verify that each system is safely and reliably operable, complies with the current OSHA regulations, and that the most recent code standards are incorporated. This work shall be performed at a fixed price. 3.2 Emergent Maintenance: The Contractor shall perform emergent repairs and modifications on equipment listed in Enclosures (1) and (2) as requested by one of the Government Technical Representatives identified herein. The Contractor s initial response time for emergent maintenance shall be within two business days of verbal or written notification. The Contractor shall plan the work and provide a cost estimate and estimated completion date to the Technical Representative. The Technical Representative will then approve the work to be accomplished. This work shall be performed at the Contractor s specified hourly rate and schedule. Cost for travel to the work site with parts and materials will be reimbursable. The dollar amount expended on emergent work shall not exceed $50,000, for parts and labor, during per contract option period. 4.0 Contractor s Responsibilities: 4.1 Work Standard: The Contractor shall ensure that all work provided herein is in conformance with all applicable standards of the cryogenic and industrial gas industry, including, but not limited to, References 2.4 through 2.9. The Contractor s employees providing these services shall be qualified to perform work on cryogenic and industrial gas systems. The Contractor s employees shall be qualified and certified by the State of Florida to perform work on medical gas systems as defined by Reference 2.4. Three of the systems listed in Enclosures (1) and (2) are facilities used in the production of Aviators Breathing Oxygen components and systems. 4.2 Equipment Conditions: The Government makes no representation or guarantee as to the conditions of the equipment on the start date of this contract period. The Contractor is responsible to arrange a site visit to inspect the equipment as is noted in subsequent paragraph 4.3. 4.3 Inspection of Systems: Within 60 days following contract award, the Contractor shall perform an initial inspection with the Technical Representative of the systems identified in Enclosures (1) and (2). The initial inspection will examine the systems and identify any: a) required maintenance that will avoid any anticipated or impending failure, b) required maintenance and adjustments, including cleanings, that will gain system operating efficiency, c) required maintenance that will gain safety in operations, d) required maintenance to retain vacuum on cryogenic tank outer vessels, leaks in above ground and underground (there are three industrial gas systems pipes that are buried approximately three feet below ground level) distribution piping and location of the leaks for future repairs, e) requirements needed to bring any system up to standards with the latest version of the appropriate Code, f) one-of-a-kind maintenance, either required or advantageous to have, that should be performed on a system, g) calibration requirements and h) cryogenic tanks that should be refurbished or replaced. The Contractor shall prepare and submit an initial inspection report of the systems identified in Enclosures (1) and (2) to the Technical Representative. This report shall detail the observations made during the inspection and provide recommendations for improvements. 4.4 Health and Safety Plan: The Contractor shall maintain a documented Health and Safety Plan that covers all aspects of maintenance on cryogenic tanks, cryogenic liquid and gas delivery systems and other industrial gas storage and delivery systems. This shall include having Material Safety Data Sheets (MSDS) available for any materials used in the performance of work specified herein. 4.5 Environmental Protection Plan: FRCSE has an Environmental Policy that states the overall intentions and direction of the organization relating to its environmental performance as formally expressed by management. Enclosure (3) is a Temporary Environmental Controls Plan that is used as a guide for FRCSE maintenance contractors. At commencement of the contract period, the Contractor shall consult with the FRCSE Environmental Point of Contact via the Contracting Officer s Technical Representative to address any potential environmental issues such as painting, digging, debris control or truck washdowns but not limited to those issues. The Environmental Officer will refer to the FRCSE Environmental Controls Plan to advise the Contractor of any clarifications needed or procedures to follow. 4.6 The Contractor shall provide all labor, supervision, tools, materials, equipment, transportation and management necessary to perform the work specified herein. 4.7 All materials, such as replacement parts to be used in repairs, maintenance or modifications and parts used in new installations shall be new, unused and of equal or better quality than the pertinent original equipment specifications. The Contractor shall ensure that the parts provided meet the accepted standards of References 2.4 through 2.8. 4.8 The Contractor shall furnish and maintain his own utility service lines and adapters to make connections to the Government furnished utilities specified in subsequent paragraph 5.2. 4.9 System Shutdowns: In those cases where the respective system must be taken off line to perform work, the Contractor shall make every effort to minimize system downtime. If the work would be best done with a cryogenic tank or other system depleted of its contents or the work would be best done outside of the normal work hours, the Contractor shall contact the Technical Representative to arrange for a revision in the work schedule. 4.10 Work Completion: At completion of the work, the Contractor shall ensure that the system is free of defects that would prevent it from functioning as originally intended or designed. The Contractor shall contact the Technical Representative to advise of work completion. 4.11 Personnel Training: Within 120 days following contract award, the Contractor shall provide training to FRCSE Worker Leaders, two Operator Artisans and the Plant Maintenance Division Pipefitter Artisan at each cryogenic system site. This training shall be primarily how to safely shut down a malfunctioning system, secure cryogenic liquid or gas flow and vent any trapped liquid or gas. 5.0 Government Responsibilities: 5.1 FRCSE Facilities and Equipment Access: The Government shall provide access to FRCSE facilities for the Contractor to perform the work specified herein. 5.2 Government Provisions and Limitations: The Government shall provide the Contractor with electric power at 115 Volts, service air at 90 psig pressure, domestic water, sewage service that shall be directed to an appropriate drain and refused collection from existing nearby collection points to perform the work identified herein. 5.3 Technical Documentation: The Government will provide the Contractor with access to any available equipment manuals for those items listed in Enclosures (1) and (2). 5.4 Cryogenic Tank Refills: If the Contractor had to release the contents of a cryogenic tank to perform a repair or modification on the tank or the system, he shall contact the Technical Representative to arrange to have the tank refilled. 5.6 Government Acceptance: All work will be inspected, verified and accepted by the Technical Representative. 6.0 FRCSE and NAS Facilities: 6.1 The FRCSE has normal work hours of 0600 to 1430 (6:00 a. m. to 2:30 p. m.) five days per week except for Federal holidays and plant shutdowns. Except as may otherwise be authorized, work shall be performed by the Contractor within these time frames. The Contractor shall schedule work so as to cause the least interference with the FRCSE normal production schedule and to maintain a safe working environment. The Contractor shall contact the Technical Representative to schedule work outside the normal work hours so as not to disrupt production. 6.2 Base Entry: Naval Air Station, Jacksonville, is a military facility with its own requirements for base entry. The Contractor shall obtain the necessary passes and/or identification for his employees to enter. The Government reserves the right to refuse to issue a pass to an employee of the Contractor for any reason deemed valid by the Government. The Contractor will be required to provide the security force with picture identification issued by a Government agency, such as a driver s license, vehicle registration and proof of insurance paperwork to obtain employee passes at the Pass and Registration Office for entry onto the military facility. 7.0 Government Points of Contact: 7.1 The Contractor will discuss technical issues with the Technical Representative and contracting issues, such as payment, with the Government Contracting Officer. These and other Points of Contact are listed below: Technical Representative: Bill Kercher, Mechanical Engineer, telephone number (904)-790-6438, e-mail address, bill.kercher@navy.mil. Plant Maintenance: Russell DePinto, General Foreman, telephone number (904)-790-6500, e-mail address, russell.depinto@navy.mil. Occupational Safety and Health: Don Lamb, Safety Specialist, telephone number (904)-790-5268, e-mail address, donald.g.lamb@navy.mil. Environmental: Jacob Deeb, Environmental Engineer, telephone number (904)-790-5099, e-mail address, jacob.deeb@navy.mil. Physical Security: Michael Pitcher, telephone number (904)-790-4335, e-mail address, michael.pilcher@navy.mil. 8.0 Contractor Qualifications: 8.1 As part of his proposal, the Contractor shall provide copies of the required certifications of his employees as mentioned in paragraph 4.1. As part of his proposal, the Contractor shall provide a list of past performances of scheduled and emergent maintenance services performed on a range of Government owned cryogenic tanks, cryogenic liquid and gas delivery systems, medical gas systems and industrial gas systems. CRYOGENIC TANK LIST WITH BUILDING LOCATIONS AND SHOP NUMBERS Bldg. & tank no.Manufacturer & Part NumberShop NumberSize and Contents ( G is Gallons)Manufacturer s Serial Number, Plant Account number & Notes 101S East N2Process Engineering, Inc. PN 3125-3623123000G NitrogenSN C-43269 Nitrogen through medically clean gas piping system design per NFPA 99. P. A. #65886-002594 101S East N1Union Carbide PN 617225623123000G NitrogenSN TM-3000-E1410 Liquid nitrogen supply only. P. A. #65886-004570 101K East N3Taylor-Wharton PN 220751962146 & 623123000G NitrogenSN VT-3000-E2704 P. A. #65886-038483 101X South N4Union Carbide PN 2097373633201500G NitrogenSN TM-1500-C1673 P. A. #65886-002500 101X South A1Union Carbide PN D616477AB623343000G ArgonSN TM-3000-E1008 P. A. #65886-003922 101X South O1Union Carbide PN T539-6785633201500G OxygenSN TM-1500-2126 This tank has no PA number. 101W South N5Union Carbide PN (obliterated)623386000G NitrogenSN TM-6000-6350 P A #65887-603453 101U North N6Cosmodyne PN 40135062444315G NitrogenSN 692 P. A. #65886-000020 101U West N9Taylor-Wharton PN DM1500624261500G NitrogenSN C2561 P. A. #65886-066271 793 East N7Minnesota Valley Engineering PN VCS31543450315G NitrogenSN 553 P. A. #65886-005671 793 East A2Minnesota Valley Engineering PN VCS31543450315G ArgonSN 552 P. A. #65886-005669 794 West A3Taylor Wharton PN 2200923627243000G Argon SN DM-3000-E2160 P. A. #65886-002555 794 West N8Chart (was MVE) PN VS-1500627241500G Nitrogen SN 16264 P. A. #65886-058585 794 West O2Chart (was MVE) PN VS-90062724900G OxygenSN 16260 P. A. #65886-058584 Original: 2 June 2010 and Revised, 9 May 2011 Enclosure 1 ACETYLENE, HYDROGEN, HELIUM, OXYGEN AND NITROGEN GAS SYSTEMS Building & manifold gasSystemShop NumberNumber of DOT cylindersNotes 794 West, AcetylenePlasma Spray Booth One62724 6Manifold within screen wall, contractor maintains system, including flashback arrestors. 794 West, AcetylenePlasma Spray Four other booths6272419Manifold within screen wall, contractor maintains system, including flashback arrestors. 794 West, HeliumPlasma Spray all booths6272416Manifold within screen wall, contractor maintains system. 794 West, HydrogenPlasma Spray - Hydrogen62724Non-Government owned tube trailer. Contractor maintains system, not tube trailer. 794 West, AcetyleneWeld Shop Six booths in Bldg. 79762611 4Manifold within screen wall, contractor maintains system, including flashback arrestors. 101U North, NitrogenCalibration Lab, upstairs6244310Manifold inside chain link fence, contractor maintains system. 101U North, NitrogenCalibration Lab, downstairs6244410Manifold inside chain link fence, contractor maintains system. 101U North, NitrogenCalibration Lab, downstairs62444 4 each, Zero Grade 4.8 NitrogenManifold inside chain link fence, contractor maintains system. 101U West, Nitrogen-Helium mixInstrument Seal Shop62425 4 each, 95% N2 and 5% He2Manifold within block wall, contractor maintains system. 101U West, AcetyleneInstrument Seal Shop 62425 2Manifold within block wall, contractor maintains system, including flashback arrestors. 101U West, NitrogenInstrument Seal Shop62425 4Manifold within block wall, contractor maintains system. 101U corner, NorthWest, NitrogenFLIR and Optical Shop6242611Manifold inside chain link fence, contractor maintains system. 101S East Oxygen ABO Assets Repair Shop623124LOx Converter & Seat pan fills. Original: 3 June 2010 and Revised: 1 June 2011 Enclosure 2 02. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. (End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items, 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Addendum to FAR 52.212-4: Paragraph (o) Warranty- Add: additionally, the Government will accept the contractor s commercial warranty. Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); Clause 52.232-33, Mandatory information for electronic funds transfer payment; clause 52.219-6 Total small Business set-aside, and The following DFARs clauses apply to this acquisition: 252.204-7004 Central Contractor Registration, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program). Registration in the Central Contractor Registration (CCR) Database is a requirement for award go to www.ccr.gov to register. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: Technical, and price. Quotations must be received no later than 4:00 P.M, May 30, 2012. Quotations must be in writing and may be faxed or emailed to the following. Attn Linda F. Nelson, Fleet Contracting Center, FISC JAX BLDG 110, Box 97, Naval Station Jacksonville FL, 32212. Fax 904-542-1111 Telephone 904-790-4624. Linda.f.nelson@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/92ad28b7cb159d68efb833c7e7230107)
- Record
- SN02756486-W 20120525/120524000245-92ad28b7cb159d68efb833c7e7230107 (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 |