SOLICITATION NOTICE
28 -- Extended Service Agreement (2) Solar Gas Turbines - SOLICITATION
- Notice Date
- 9/10/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units Manufacturing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, JBSA Lackland - 802d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- LGCAG-13-0022
- Archive Date
- 9/28/2013
- Point of Contact
- Richard A. Wall, Phone: 210.671.1731, Gage P Asper, Phone: 210.671.6414
- E-Mail Address
-
richard.wall.3@us.af.mil, Gage.Asper@us.af.mil
(richard.wall.3@us.af.mil, Gage.Asper@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Word Document 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ) and the reference number is LGCAG-13-0022. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69 and DFARS change notice 20130808. The Offeror must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Submission of quotes must be in accordance with FAR 52.212-1, Instructions to Offerors, Commercial Items. The government will award a contract on the basis of the lowest priced, technically acceptable offer. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The contractor shall provide detailed schedules and processes for all scheduled inspections, when submitting their proposal. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. The NAICS Code is 333611 and the size standard in number of employees is 1,000. LINE ITEM 0001 - 12 Months, Extended Service Agreement (ESA) for 1 year maintenance on two (2) each Taurus 60 (TS7001S) Turbine Generator Sets, Solar Gas Turbines, and Ancillary Equipment. Performance will be in accordance with the attached Statement of Work. Contractor shall provide all labor, tools, materials, parts, transportation and incidentals necessary to accomplish the work identified below on Solar Gas Turbines and ancillary equipment located in Building 4895, Total Energy Plant, Wilford Hall Medical Center, Lackland AFB, TX 78236-5000. The two (2) units requiring maintenance are: Unit Government Designated ID#T-6, Packaged Serial Number TG97063, Engine Serial Number: 0303T. Unit Government Designated ID#: T-5 Package Serial Number TG97064, Engine Serial Number: 0546T; Contractor shall provide four (4) non-scheduled site visits for maintenance, trouble-shooting and component replacement during the performance period. Contractor shall respond within 24 hours of request for non scheduled site visit. Duration of site visit shall not exceed three (3) man days per call out. Site visit shall consist of labor only. Contractor shall perform two (2) basic maintenance inspections per unit, one (1) semiannual (4000 hr) maintenance inspection per unit and one (1) annual (8000 hr) maintenance inspection per unit for a total of four inspections per unit as described below. Contractor shall provide all consumable parts required including, but not limited to, oil filters, valve rebuild kits, O-rings, lubricants, gaskets, turbine wash detergents. PERFORMANCE WORK STATEMENT This Performance Work Statement (PWS) provides the government's Scope of Work and contract performance for this solicitation. The offeror shall use this PWS as the basis for preparing their proposal, including a service agreement. The primary objective of this solicitation is to obtain proposals to fulfill annual service for two (2) each Taurus 60 (TS7001S) Turbine Generator Sets. PERIOD of PERFORMANCE: 1 OCT 2013 - 30 SEP 2014. BASIC MAINTENANCE INSPECTION: 1. Review equipment log and unit operation with site personnel. 2. Visually inspect control console electrical connections for cleanliness and security. Record all panel and package instrument readings. Note any malfunction indications, and check all oil filled gauges. 3. Check air inlet system for obstructions and contamination. Record differential pressure (if gage installed). 4. If self-cleaning air filter is used, check supply pressure and manually cycle through cleaning operation. 5. If air dryer is used, check its operation. 6. Record fuel pressure and adjust at off-skid regulator, as necessary. 7. Check servo oil "pop-out" indicators, where applicable. 8. Check oil cooler louver operation, where applicable. 9. Check inlet guide vanes for position. Check linkage, and check cylinder for leakage. 10. Assist customer in checking fire detectors for cleanliness and sensitivity, and fire retardant bottles for proper charge. 11. Check and record magnetic speed pickup voltage output. 12. Visually inspect unit for fuel, oil, and air leaks. 13. Visually inspect mechanical integrity of fasteners, auxiliary motor couplings, bleed valve, and fuel control linkages. 14. Inspect engine and package components for proper operating conditions. Note any unusual noises, vibrations, discolorations, cracks, chaffing lines. Check drain boss of combustor and turbine cases for leaks. 15. Check batteries and charger for proper operation. 16. Perform ingestive cleaning of engine as necessary. 17. Check lube oil tank vent fan for proper operation, if applicable. 18. Take lube oil sample for laboratory analysis. 19. Check seal oil system (compressor sets only) if applicable: a) Check seal oil "pop-out" indicators. b) Check seal oil flow sight gage to ensure flow. c) Check seal oil filter; record differential pressure. SEMI-ANNUAL MAINTENANCE INSPECTION: 1. Perform all elements of a Basic Inspection. 2. Test all gages; calibrate as necessary. 3. Disassemble, clean, and rebuild gas valves, where applicable. 4. Inspect fuel control system for security, leaks, and proper operation. Adjust as necessary. 5. Include the following, as applicable: a) Governor b) Gas fuel control valve c) Fuel control actuator d) Throttle valve e) Gas fuel control poppet valve (replace as necessary) f) Liquid fuel control assembly g) All linkages and connections 6. Inspect engine air intake and exhaust systems for damage, leaks, and debris. 7. Combustor inspection: a) Inspect fuel nozzles/injectors for clogging, oxidation, cracks, and erosion. Clean or replace as necessary. b) Inspect combustor dome, liners, and first-stage turbine nozzle for cracks, erosion, war page, fret wear, deposits, or unusual hot spots and record observations. c) Inspect engine compressor variable vane mechanism for wear. Check for bent arms, loose linkages, and loose bushings. Ensure stop settings are correct. Check for damaged signal wires to actuator, as applicable. d) Inspect starter clutch (if applicable) to ensure lock-up in one direction and free rotation in the other direction. 8. Check oil cooler for cleanliness; clean as necessary. 9. Inspect/test auxiliary and backup equipment, as applicable: a) Pre/post lube oil pump b) Seal oil pump 10. Remove and inspect igniter torch housing for cracks or excessive erosion. Inspect discharge tube for chafing wear. 11. Remove and inspect igniter cable. Remove igniter plug and inspect for gap, erosion, or insulation oxidation. Replace with properly gapped new plug as necessary. 12. Inspect thermocouple harnesses for breakage and general condition. Check integrity of support grommets. 13. Inspect all package filter elements; clean or replace as applicable. Clean entire package. 14.Test calibrates speed and temperature topping systems; calibrate as necessary. 15. Calibrate temperature monitor(s) or pyrometer, as applicable. 16. Test all safety warning and shutdown devices; adjust as necessary. 17. Restart turbine and record acceleration time. Monitor electric/electronic control system for proper sequencing. Note control panel for malfunction indications. 18. Troubleshoot and record corrective action. 19. Conduct vibration survey. ANNUAL MAINTENANCE INSPECTION: 1. Perform all elements of Basic and Semi-annual Inspections. 2. Internally inspect the accessory drive by removing blank cover or driven equipment. 3. Inspect starter assembly for unusual wear or oil consumption. Verify correct system operation during start. 4. Disassemble, clean, inspect, and reassemble the bleed valve. Verify that spring/shim is correct for unit location. 5. Disassemble and inspect lube tubes. Replace springs, packing, and o-rings, where applicable. 6. Inspect compensator and measure resistance, where applicable. 7. Visually inspect exhaust bellows for cracks and distortion. NOTE: The following tasks apply only to generator sets: 1. Verify and record governor load gain voltage. 2. Disassemble, clean and inspect coupling teeth and shear bolts for wear or damage. Repack with fresh Solar coupling grease, and reassemble using new gaskets. 3. Check gearbox-to-generator alignment; realign as necessary. 4. Assist site personnel with cleaning the generator using a high-dielectric cleaner recommended for use by the generator manufacturer. NOTE: The following tasks apply only to compressor sets. 1. Remove seal oil pump (if applicable) from accessory drive and examine shaft splines for wear and evidence of seal leakage along the shaft. Replace or reinstall using a new gasket. 2. Clean and inspect seal oil and buffer gas differential pressure regulating valves (or seal gas and buffer air differential pressure regulating valves), as applicable. 3. Disassemble interconnect shafts; inspect splines for wear or abnormal condition. Reassemble using new a-rings. 4. Check power turbine-to-gearbox, gearbox-to-compressor/pump, and compressor-to-compressor alignments, where applicable. Realign as necessary. 5. Test and calibrate the vibration monitor system, if installed. POST INSPECTION CONTRACTOR RESPONSIBILITIES: 1. Contractor shall provide a check sheet report to plant management upon conclusion of each site visit, scheduled and unscheduled. 2. Contractor shall provide written reports to plant management following those site visits for which the requirement for written reports is listed in the Basic Service Schedule. These reports shall cover engine condition, lube oil analysis and vibration analysis. 3. Contractor shall clean and dispose of all debris and fluids generated on a daily basis. 4. Point of Contact at the Total Energy Plant is Mr. Louis Postert, 210-292-5180. Contractor shall coordinate all work under this contract with Mr. Postert. 5. The Total Energy Plant is a secure area. All contractor personnel shall sign in and out when arriving or departing the compound. No smoking is permitted within the facility or within the 100 feet of the fuel off-loading station. 6. No welding or open flame is permitted without a welding permit from the Lackland Fire Dept, 210-671-3496. 7. Contractor shall submit payment requests using one of the following electronic forms: a) Wide Area Workflow Receipt and Acceptance (WAWR-RA) or the Web invoicing system (WinS). Information regarding these programs is available on the internet at http://wawf.eb.mil. b) American National Standards Institute (ANSI) X.12 electronic data exchange (EDI) formats (i)Information regarding EDI formats is available on the internet at http://www.X12.org (ii) EDI implementation guides are available on the internet at http://www.dfas.mil/ecedi. If unable to submit a payment request in electronic form or DOD is unable to receive a payment request in electronic form submit invoice to the DFAS office shown in block 18a along with a copy to the customer who will complete a Receiving Report to forward also to the payment office. To be eligible to receive an award resulting from this solicitation, Offerors must be registered on www.sam.gov, no exceptions. Offerors shall electronically complete FAR 52.212-3 Offeror Representations and Certifications-Commercial Items at website www.sam.gov. The following clauses and provisions are applicable to this solicitation. FAR 52-211-17, Delivery of excess quantities; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items, Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business program Re-representation; FAR 52.222-19, Child Labor; FAR 52.222-26, Equal Opportunity; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-50, Trafficking in Persons; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.247-34, FOB Destination; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7003, Electronic Submission of Payment Requests; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52-252-5, Authorized Deviations in Provisions; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); AFFARS 5332.201-9101 Ombudsman; FAR 52.222. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil or www.arnet.gov. The Lackland AFB clauses: Lackland 0003, POC and Payment Information, Lackland 0007, Addendum to FAR 52.212-4 in regards to administrative changes, apply: Lackland 0009, Cell Phone Usage, Lackland 0010, Security Requirements, Lackland 0013, Contrator Personnel Conduct, Lackland 0014, Contract Work Wage Determination no. 2005-2521 Rev 14, dated 06/19/2013 applies to this solicitation. Group Site Visit for Solar Turbine Maintenance Service: DATE: 12 SEP 2013, Tuesday, TIME: 09:00 -11:30 A.M., CST LOCATION: Bldg 4895, Total Energy Plant, Wilford Hall Ambulatory Surgical Center, Lackland AFB, TX, 78236 ****NOTE: Please provide the following information for base pass requests: REQUEST VISITOR PASS FOR: NAME: (as it appears on the driver's license DOB: mm/dd/Year DRIVER'S LICENSE #____________, STATE: _________. COMPANY: Please submit all questions NLT 08:00 A.M., CST, 16 SEP 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/LGCAG-13-0022/listing.html)
- Place of Performance
- Address: Bldg 4895, Total Energy Plant, Wilford Hall Ambulatory Surgical Center, Lackland AFB, TX, 78236, Lackland AFB, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN03182244-W 20130912/130910235745-03be31a80a68516bc4e6e6ce6ea8707d (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 |