SOLICITATION NOTICE
J -- Upgrade Generator Controls for Bldg 1673
- Notice Date
- 6/26/2012
- Notice Type
- Presolicitation
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-12-R-0056
- Response Due
- 8/10/2012
- Archive Date
- 10/9/2012
- Point of Contact
- Nathaniel A. Reus, 301-619-9209
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(nathaniel.reus@amedd.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number W81XWH-12-R-0056 will be issued as a 100% Small Business Set Aside on or about 11 July 2012 and posted to ASFI and FEDBIZOPS. A site visit is scheduled for 11 July 2012 at 9:00 AM EST. Proposals will be due on or about 10 August 2012 @ 4:00 PM EST. The Government's requirement is for a Small Business contractor to provide all labor, material, equipment and supervision to upgrade generator controls in Bdlg. 1673, Fort Detrick MD. A bid guarantee, perfromance and payment bond will be required. The magnitude of tis project is between $25,000 and $100,000. The North American Industry Classification System (NAICS) code for this procurement is 561210 with a size standard of $35 M. No hard copies of the solicitation will be issued by this contracting office. He solicitation will be available on FEDBIZOPS. All interested parties can view, download and print a copy of the solicitation and any resulting amendments on or about 10 August 2012 at the following website: https://acquisition.army.mil/asfi/. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the Central Contractor Registration (CCR) database. CCR registration can be accomplished at the following website: www.ccr.gov. Proposals will be evaluated on a Lowest Priced Technically Acceptable (LPTA) basis and the resulting contract will be issued as a Firm Fixed Price Award. The Contract Specialist and POC for this project on is Nathaniel Reus at e-mail nathaniel.reus@amedd.army.mil. Phone number 301-619-9209. The Statement of Work for this project follows: Statement of Work 1.3.1 Project Description This SOW establishes and defines the requirements to troubleshoot and repair four generator control systems (along with their corresponding field excitation systems), replace (with new) and make fully operable the Field Voltage and Frequency Adjust multi-turn potentiometers on the front panel of all four cabinets, and install a new field flash panel in Building 1673. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall engineer, furnish, install, and test (EFI&T), and make operational a scope of effort as defined in this document. The Contractor shall include in their proposal the necessary labor, materials, software, concrete, pipe, electrical equipment, cabling, conduit, EMT, configuration, labeling, wiring, and so forth to provide a turnkey solution. All work and materials shall be in accordance with (IAW) the latest National Electric Code (NEC), Original equipment Manufacturer (OEM) requirements, OSHA, ADA, EPA, NETA, MDE, applicable Industry standards, Fort Detrick Security Office, and this SOR/SOW. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. 1.3.2 Background Building 1673 is the Power Plant responsible for providing reliable electrical power to a campus area consisting of high profile tenants. Recently during emergency operation of three of the generators in tandem, the Operator noticed that one or more of the generators would start to lose control evident by an excessive varying power factor (PF). This condition is unwanted and must be repaired. Furthermore, awhile back one of the generators lost enough of its remnant field flux that it would not generate electricity! Hence, given these aforementioned events a project was put together to remedy these issues such that these systems mentioned will once again meet the Original Equipment Manufacturer (OEM) specifications for ideal operation. 1.3.3 Requirements 1.3.3.1 Troubleshoot and Repair all Generator Control Cabinets The Contractor shall troubleshoot, configure, calibrate, and fully repair all four generator control cabinets (and all their components within as required) to eliminate the varying power factor (PF) issue described in Section 1.3.2. Contractor may replace equipment as required. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. All work in accordance with the NEC, NESC, OSHA, MDE, OEM, DOIM, and the SOW/SOR. 1.3.3.2 Troubleshoot and Repair all Field Excitation Control Systems The Contractor shall troubleshoot and fully repair all four generator field excitation control systems to eliminate the loss of remnant field flux issue described in Section 1.3.2. This involves, in part, troubleshooting, configuring, calibrating, and repairing the Distance and Time Delays relays for each generator. Contractor may replace equipment as required. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. All work in accordance with the NEC, NESC, OSHA, MDE, OEM, DOIM, and the SOW/SOR. 1.3.3.3 Field Flash Panel The Contractor shall EFI&T a Field Flash Panel (FFP) near the generator control cabinets. The FFP shall allow the operators to easily and safely manually "flash" each generator field winding (one at a time) whenever they wish. The FTP will have a built-in interlock such that a field winding cannot be flashed when its corresponding generator is running. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. All work in accordance with the NEC, NESC, OSHA, MDE, OEM, DOIM, Fort Detrick Security Office, and the SOW/SOR. 1.3.3.4 "Frequency Adjust" Multi-Turn Potentiometer The Contractor shall EFI&T a "Frequency Adjust" multi-turn potentiometer (pot) for each generator control cabinet. This will involve, in part, removing the existing pot and replacing it with a new one. All new pots shall be sized and equivalent to the ones they are replacing. The Contractor shall provide minor front panel metal fabrication/painting/labeling (and so forth) as required such that when completed the newly installed components will match the overall d cor of the front panel. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. All work in accordance with the NEC, NESC, OSHA, MDE, OEM, DOIM, Fort Detrick Security Office, and the SOW/SOR. 1.3.3.5 "Field Voltage Adjust" Multi-Turn Potentiometer The Contractor shall EFI&T a "Field Voltage Adjust" multi-turn potentiometer (pot) for each generator control cabinet. This will involve, in part, removing the existing pot and replacing it with a new one. All new pots shall be sized and equivalent to the ones they are replacing. The Contractor shall provide minor front panel metal fabrication/painting/labeling (and so forth) as required such that when completed the newly installed components will match the overall d cor of the front panel. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. All work in accordance with the NEC, NESC, OSHA, MDE, OEM, DOIM, Fort Detrick Security Office, and the SOW/SOR. 1.3.3.6 Component Labeling Installed components shall be labeled per Industry Standards. All labels shall conform to UL 969 and be phenolic type. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. 1.3.3.7 Grounding All metallic components and equipment installed by the Contractor shall be grounded IAW EIA/TIA 606 and the NEC. See the Contract Drawings for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. 1.3.3.8 Restoration of Disturbed Items The Contractor shall fully restore all disturbed items and or surfaces. For example all cabinets, ceilings, floors, walls, asphalt, curbs, grass within the work area that was disturbed shall be fully restored such that when completed the user will not notice any discontinuities or non-uniform areas. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. 1.3.3.9 After Hours Work As required. 1.3.3.10 System Acceptance Test (SAT) A SAT shall be performed by the Contractor to proof and or verify that all the items as listed in Section 1.3.2 are fully met and that all four generator control systems are working in accordance with the Original Equipment Manufacturer (OEM). The COR shall witness the SAT and decide if the results of the test are acceptable or not. Any shortcomings or issues found during the SAT shall be remedied (in a professional and timely fashion) by the Contractor to the liking of the COR. 1.3.3.11 AS-BUILT Drawings Upon completion of the Project, the Contractor shall provide a complete, totally updated, AS-BUILT Drawings Package to the COR. The package shall consist of a one hardcopy (DPW Template, D size paper) and three softcopies (on CDs) of the total Project. The final AS-BUILT Drawing(s) shall have no redlines or hand written notes on it, but be completely electronically updated. The COR shall review the AS-BUILT drawings to determine acceptability. An approved electronic copy shall be given to the DPW Drafting Department, DPW GIS Team, and DOIM/NEC. 1.3.3.12 East/West Control Cabinets The Contractor shall troubleshoot, configure, calibrate, and fully repair both the East and West Control Cabinets as required to meet the requirements stated for this Project. This involves, in part, troubleshooting, configuring, replacing equipment, repairing equipment as required. Refer to the Contract Drawings listed in Section 1.4 for more details and requirements. The Contractor shall provide all labor and parts to implement a turnkey, industry standard, solution. All work in accordance with the NEC, NESC, OSHA, MDE, OEM, DOIM, and the SOW/SOR. 1.3.4 Verification of Field Conditions The Contractor shall field verify conditions, elevations and dimensions prior to initiating work. The Contractor shall notify the Contracting Officer of any discrepancies, interferences or contradictions between contract documentation and field conditions by submitting a request for clarification. Affected phases of work shall not be initiated until all requests for clarifications have been answered. 1.3.5 Warranty The Contractor shall provide a 1 year warranty on all components, parts, functionality, and workmanship provided under this Contract. The warranty period will begin on the date the entire project is completed and officially accepted by the Government. This will be a turnkey, system wide, no questions asked, warranty. Contractor shall respond and remedy (to the satisfaction of the COR) all warranty actions/events within three business days of notification by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-12-R-0056/listing.html)
- Place of Performance
- Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
- Zip Code: 21702-5014
- Zip Code: 21702-5014
- Record
- SN02786414-W 20120628/120626235116-04e4f4b11182ca126faeedcae69f9dbe (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 |